Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 14, 2016 FBO #5347
SOLICITATION NOTICE

44 -- Paint Booth Filters - FA5000-16-T-0112

Notice Date
7/12/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333413 — Industrial and Commercial Fan and Blower and Air Purification Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 673 CONS - Elmendorf, 10480 Sijan Ave, Elmendorf AFB, Alaska, 99506-2500, United States
 
ZIP Code
99506-2500
 
Solicitation Number
FA5000-16-T-0112
 
Archive Date
8/11/2016
 
Point of Contact
Robert P.K. Faust, Phone: 907-552-7176
 
E-Mail Address
robert.faust.7@us.af.mil
(robert.faust.7@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
*Please see attached combo. COMBINED SYNOPSIS/SOLICIATION ‘COMBO': Paint Booth Filters (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation FA5000-16-T-0112 is issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88, effective 15 June 2016. The DFARS provisions and clauses are those in effect to DPN 20160630, effective 30 June 2016. The AFFARS provisions and clauses are those in effect to AFAC 2016-0603, effective 03 June 2016. (iv) This requirement is solicited as a ‘Total Small Business Set-Aside.' The North American Industrial Classification System (NAICS) code associated with this procurement is 333413 with a small business size standard of 500 employees. (v) The Pricing Schedule is incorporated as Attachment 1. Vendors shall complete Attachment 1 in its entirety and return with any other documentation/data as required by this Combo. (vi) The government intends to award a firm-fixed price contract for the following: See Attachment 1: Pricing Schedule (vii) Delivery shall be FOB Destination. Contractor shall include delivery schedule information on the Pricing Schedule, Attachment 1. All items shall be delivered to: Joint Base Elmendorf-Richardson, Anchorage, Alaska 99506 Would like all items delivered within 60 days after receipt of award. (viii) FAR 52.212-1 Instructions to Offerors -- Commercial Items (Oct 2015) is hereby incorporated by reference, with the same force and effect as if it were given in full text. In addition to the following addendum, all terms and conditions of FAR 52.212-1 remain in effect. The following have been tailored to this procurement and are hereby added via addendum: 1. To assure timely and equitable evaluation of the proposal, the vendors must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation. 2. Specific Instructions: The response shall consist of two (2) separate parts: a. Part 1- Technical Acceptability - Submit one (1) copy of a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements. b. Part 2- Price - Submit one (1) copy of price schedule and any pertinent additional information. 3. Award will be made to the vendor whose quote is conforming to the solicitation and is determined to be the lowest price technically acceptable. Technical Acceptability, at a minimum, is defined as meeting all of the criteria and specifications in Attachment 1and Attachment 2. Price and technical acceptability will be considered. (ix) FAR 52.212-2 Evaluation -- Commercial Items (Oct 2014) this provision has been tailored to this procurement and is provided in full-text below: (a) The Government will award a contract resulting from this solicitation to the responsible vendors whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (i) Technical acceptability (ii) Price (b) Price and technical acceptability will be considered. The Government intends to evaluate quotes and award without discussion, but reserves the right to conduct discussions. Therefore, the vendor's initial quote should contain the vendor's best terms from a price and technical standpoint. The lowest priced quote will be evaluated for technical acceptability. If the quote is found technically acceptable, award will be made without further consideration. If it is found technically unacceptable, the Government will evaluate the next lowest quote for technical acceptability until award can be made to the lowest priced technically acceptable vendors. Therefore, the vendor's initial quote should contain the vendor's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Quotes that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) This will be a lowest priced, technically acceptable purchase. Technical acceptability - at a minimum, is defined as meeting all of the following criteria: Minimum Qualifications: Contractor must be able to provide the products described herein (see Attachment 1 and Attachment 2). (d) A written notice of award or acceptance of a quote mailed or otherwise furnished to the successful vendor within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote's specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) (x) Each vendors shall ensure the provision at FAR 52.212-3 including its Alternate I, Vendors Representations and Certifications--Commercial Items (Apr 2016), are updated at www.sam.gov. Failure to obtain SAM registration will result in submissions not being considered for award. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015), is hereby incorporated by reference, with the same force and effect as if it were given in full text. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (Jun 2016), is hereby incorporated by reference, with the same force and effect as if it were given in full text. Additionally, the following clauses apply to this acquisition: FAR 52.204-7 System for Award Management Jul 2013 FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Oct 2015 FAR 52.204-16 Commercial and Government Entity Code Reporting Jul 2015 FAR 52.204-18 Commercial and Government Entity Code Maintenance Jul 2015 FAR 52.204-19 Incorporation by Reference of Representations and Certifications Dec 2014 FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations - Representation Nov 2015 FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment Oct 2015 FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations Dec 2014 FAR 52.219-6 Notice of Total Small Business Set-Aside Nov 2011 FAR 52.219-28 Post-Award Small Business Program Representation Jul 2013 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-19 Child Labor -- Cooperation with Authorities and Remedies Jan 2014 FAR 52.222-21 Prohibition of Segregated Facilities Apr 2015 FAR 52.222-25 Affirmative Action Compliance Apr 1984 FAR 52.222-26 Equal Opportunity Apr 2015 FAR 52.222-36 Equal Opportunity for Workers with Disabilities Jul 2014 FAR 52.222-50 Combating Trafficking in Persons Mar 2015 FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Aug 2011 FAR 52.225-13 Restrictions on Certain Foreign Purchases Jun 2008 FAR 52.225-25 Prohibition on Contracting with Entities in Certain Activities or Transactions Relating to Iran-Representation and Certifications Oct 2015 FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management Jul 2013 FAR 52.232-39 Unenforceability of Unauthorized Obligations Jun 2013 FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors Dec 2013 FAR 52.233-3 Protest After Award Aug 1996 FAR 52.233-4 Applicable Law for Breach of Contract Claim Oct 2004 DFARS 252.203-7000 Requirements Relating To Compensation of Former DoD Officials Sep 2011 DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Sep 2013 DFARS 252.203-7005 Representation Relating To Compensation of Former DoD Officials Nov 2011 DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls Aug 2015 DFARS 252.204-7011 Alternative Line Item Structure Sep 2011 DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information Sep 2015 DFARS 252.204-7015 Disclosure of Information to Litigation Support Contracts Feb 2014 DFARS 252.211-7003 Item Unique Identification and Valuation Dec 2011 DFARS 252.223-7008 Prohibition of Hexavalent Chromium Jun 2013 DFARS 252.225-7000 Buy American Statute - Balance of Payments Program Certificate Nov 2014 DFARS 252.225-7001 Buy American and Balance of Payments Program Nov 2014 DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Dec 2012 DFARS 252.225-7048 Export-Controlled Items Jun 2013 DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports Jun 2012 DFARS 252.232-7006 Wide Area Workflow Payment Instructions May 2013 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 DFARS 252.244-7000 Subcontracts for Commercial Items Jun 2013 DFARS 252.247-7023 Transportation of Supplies by Sea Apr 2014 AFFARS 5352.201-9101 Ombudsman Apr 2014 (xiii) No additional contract requirements apply to this acquisition. (xiv) No Defense Priorities and Allocations System (DPAS) assigned rating applies to this acquisition. (xv) NOTICE TO ALL INTERESTED PARTIES: Questions shall be submitted to the following personnel: 673d Contracting Squadron/LGCC Attn: Mr. Robert Faust, e-mail: robert.faust.7@us.af.mil Please forward all questions to Mr. Robert Faust at robert.faust.7@us.af.mil no later than 10AM AKDT on 21 July 2016. An amendment will be issued providing the Government's answers to any questions received. Quotes are due no later than 2PM AKDT on 27 July 2016. Quotes shall include the following: a. Part 1- Technical Acceptability - Submit one (1) copy of technical acceptability narrative. b. Part 2- Price - Submit one (1) copy of price schedule as well as any additional pertinent information BASIS OF CONTRACT AWARD: This is a competitive action in which award shall be made to the lowest priced, technically acceptable quote. (xvi) Quotations shall be submitted to Mr. Robert Faust at robert.faust.7@us.af.mil. For information regarding this solicitation, contact the same. List of Attachments: • Attachment 1: Pricing Schedule • Attachment 2: Salient Characteristics • Attachment 3: FAR 52.222-22 (Full Text) • Attachment 4: DFARS 252.209-7991 (Full Text) FA5000-16-T-0112 Attachment 1: PRICING SCHEDULE LINE ITEM DESCRIPTION QTY UI UNIT PRICE EXTENDED PRICE 0001: Filters: • AJ Dralle "Or Equal" 24"x24"x1" ME/PT Panel Filter (1,280 total) • AJ Dralle "Or Equal" 24"x24"x12" XFP6000 Pocket Filter (1,224 total) • AJ Dralle "Or Equal"20"x20"x15"XFP6000 Pocket Filter (36 total) • AJ Dralle "Or Equal" 20"x20"x12" XFP6000 Pocket Filter (128 total) • AJ Dralle "Or Equal" 20"x24" SFR Panel (2,142 total) • AJ Dralle "Or Equal" 102"x75' CPA Blanket Filter (18 total) • AJ Dralle "Or Equal" 78"x75' CPA Blanket Filter (4 total) • AJ Dralle "Or Equal" 54"x75' CPA Blanket Filter (3 total) • AJ Dralle "Or Equal" 30"x75' CPA Blanket Filter (3 total) *See Salient Characteristics Below for additional conforming requirements* 1 EA TOTAL PRICE: ***Shipping costs to JBER, Alaska 99506 MUST be included within the unit price.*** ***Quotes must be good for a minimum of 60 days from close of solicitation*** Vendors may, at their discretion, provide additional time. THIS QUOTE EXPIRES ON: _________________________ Business Size: Small Large Women-Owned Veteran-Owned Other:__________________________ Delivery Date (Mandatory): Net Terms (Mandatory): DUNS: Printed Name Title Signature Date NOTE: The individual signing must be a signatory official for this Entity; signature constitutes agreement to all terms/conditions contained within this solicitation. FA5000-16-T-0112 Attachment 2: Salient Characteristics Filter Performance 3-Stage Filter System Performance Data (minimum requirement). NESHAP Method 319 and Paint Test documents must accompany solicitation reply. Test Paint must be Mil Spec MIL-PRF 23377(Deft 02-Y-040A) 1. NESHAP Method 319 Efficiency a. 95 percent - 0.59-0.73 micron size KCL b. 84.3 percent - 0.37-0.47 micron size Oleic Acid 2. Paint Fractional Efficiency a. 98.1 percent - 0.20-0.30 micron size MIL-PRF 23377 (Deft 02-Y-040A) 3. Paint Arrestance MIL-PRF 23377 (Deft 02-Y-040A) a. 1st stage CPA i. 2741 g. (6.04 lbs) @.642 fpd wg b. 2nd stage ME/PT panel i. 1958 g. (4.32 lbs) @ 1.075 fpd wg c. 3rd stage XFP-6000 6 pkt bag i. 2003 g. (4.42 lbs) @ 1.148 fpd wg AJ Dralle "Or Equal" 24" X 24" X 1", ME/PT Panel Filter (1,280 each) Specifications: The filter will be constructed of two different layers of tackified polyester media, sealed together so that the tackified layers of each media touch in the center. Method of joining the media is with an RF "heat sealer". In addition to the perimeter seal, the product must have additional sealing in the face in order to keep the two layers connected. Although the perimeter seals may be sewn, the center seals on the filter face must be heat-sealed. The air entry layer is constructed of a multi-layered, multi-density polyester with a heavy, nonmigrating tackifer on the air leaving side. The air leaving media is heavy needled polyester, densified to ¼" thick, tackified on the air entry side with a weight of 0.42 ounces per square foot. The air leaving side will be inkjet printed for identification and proper installation. Panels will have a galvanized nine-gauge wire frame with a minimum of one cross wire will be inserted into the panel so the wire is touching the tackified sides of both media. Initial pressure drop of 0-06 water gauge (w.g) at 150 feet per minute. AJ Dralle "Or Equal" 24" X 24" X 12", XFP-6000 6 Pocket Bag Filter (1,224 each) Specifications: The 6 pocket bag filter is constructed of a composite pre-filter, melt blown and spun bound polyester fibers. The pockets are sewn together on the perimeter and two seams, forming three air channels in each bag pocket. A "J" channel is inserted into each finished pocket, and individually placed into a header. The pockets are stapled and notched together and to the header to insure filter integrity. The galvanized header has a ¼" foam gasket on the air leaving side to prevent any paint bypass around the filter assembly. AJ Dralle "Or Equal" 20" X 20" X 15", XFP-6000 6 Pocket Bag Filter (36 each) Specifications: The 6 pocket bag filter is constructed of a composite pre-filter, melt blown and spun bound polyester fibers. The pockets are sewn together on the perimeter and two seams, forming three air channels in each bag pocket. A "J" channel is inserted into each finished pocket, and individually placed into a header. The pockets are stapled and notched together and to the header to insure filter integrity. The galvanized header has a ¼" foam gasket on the air leaving side to prevent any paint bypass around the filter assembly. AJ Dralle "Or Equal" 20" X 20" X 12", XFP-6000 6 Pocket Bag Filter (128 each) Specifications: The 6 pocket bag filter is constructed of a composite pre-filter, melt blown and spun bound polyester fibers. The pockets are sewn together on the perimeter and two seams, forming three air channels in each bag pocket. A "J" channel is inserted into each finished pocket, and individually placed into a header. The pockets are stapled and notched together and to the header to insure filter integrity. The galvanized header has a ¼" foam gasket on the air leaving side to prevent any paint bypass around the filter assembly. AJ Dralle "Or Equal" 20" X 20" X 1", SFR Panels (2,142 each) Specifications: Used to filter dust particles in make-up air of high efficiency paint booths. Manufactured with multi-layered polyester, an internal frame and a tackifier. Two layers of polyester with an internal metal frame. The air-exiting side is made of ultra-fine fiber, entirely tackified with a scrim backing. AJ Dralle "Or Equal" 102" X 75', CPA Media Rolls (18 each) Specifications: The CPA paint overspray media is made from multi-layered, multi-density polyester, High efficiency and holding capacity. 1.2oz per sq foot. Open structure to collect paint overspray without restricting airflow. AJ Dralle "Or Equal" 78" X 75', CPA Media Rolls (4 each) Specifications: The CPA paint overspray media is made from multi-layered, multi-density polyester, High efficiency and holding capacity. 1.2oz per sq foot. Open structure to collect paint overspray without restricting airflow. AJ Dralle "Or Equal" 54" X 75', CPA Media Rolls (3 each) Specifications: The CPA paint overspray media is made from multi-layered, multi-density polyester, High efficiency and holding capacity. 1.2oz per sq foot. Open structure to collect paint overspray without restricting airflow. AJ Dralle "Or Equal" 30" X 75', CPA Media Rolls (3 each) Specifications: The CPA paint overspray media is made from multi-layered, multi-density polyester, High efficiency and holding capacity. 1.2oz per sq foot. Open structure to collect paint overspray without restricting airflow. FA5000-16-T-0112 Attachment 3 52.222-22 PREVIOUS CONTRACTS AND COMPLIANCE REPORTS (FEB 1999) The offeror represents that -- (a) ( ) It has, ( ) has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; (b) ( ) It has, ( ) has not, filed all required compliance reports; and (c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards. (End of provision) FA5000-16-T-0112 Attachment 4 DARS Tracking Number: 2016-O0002 Class Deviation-Prohibition Against Using Fiscal Year 2016 Funds to Contract with Corporations that Have an Unpaid Delinquent Tax Liability or a Felony Conviction under Federal Law 252.209-7991 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2016 Appropriations. REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2016 APPROPRIATIONS (DEVIATION 2016-OO0002) (OCT 2015) (a) In accordance with section lOl(a) of the Continuing Appropriations Act, 2016 (Pub. L. 114-53) and any subsequent FY 2016 appropriations act that extends to FY 2016 funds the same restrictions as are contained in sections 744 and 745 of division E, title VII, of the consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds made available by this or any other Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/FA5000-16-T-0112/listing.html)
 
Place of Performance
Address: Joint Base Elmendorf-Richardson, JBER, Alaska, 99506, United States
Zip Code: 99506
 
Record
SN04179394-W 20160714/160712234937-f4900bcdc56ac021810f041580395649 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.