SOLICITATION NOTICE
66 -- Plating Chamber-Top-Plug - Plating Chamber-Top Plug Drawings
- Notice Date
- 8/24/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332813
— Electroplating, Plating, Polishing, Anodizing, and Coloring
- Contracting Office
- Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
- ZIP Code
- 32925-3238
- Solicitation Number
- FA2521-16-Q-B165
- Archive Date
- 9/13/2016
- Point of Contact
- Sarah McCreary, Phone: (321)-494-9958, Tricia Hatcher, Phone: (321) 494-3668
- E-Mail Address
-
sarah.mccreary.1@us.af.mil, tricia.hatcher@us.af.mil
(sarah.mccreary.1@us.af.mil, tricia.hatcher@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Plating Chamber-Top Plug Drawings This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The solicitation number FA2521-16-Q-B165 shall be used to reference any written quote provided under this request for quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-89 effective 15 Aug 2016. This is a Small Business set-aside. The North American Industry Classification System (NAICS) code for this project is 332813 with a size standard of 500 Employees. The requirement is to provide 1600 each Plating Chamber-Top Plugs for the electroplating of cells in order to accomplish the purification of Cd (cadmium) and Ag (argentum or ‘silver') to support the TLR mission. The purification involves the electroplating of these elements into Pt planchets - which creates a pure sample that has low self-attenuation coefficients in order to optimize data quality. Item Description Qty Unit 0001-AA Plating Chamber-Top Plug 1600 EA Salient Characteristics: a.) A custom electroplating apparatus must consist of 4 primary components: a base into which a platinum planchet is placed; an a-ring which is placed on top of the platinum planchet; a tube body, which screws into the base and puts pressure on the a-ring to hold the planchet in place; and a cap, which fits inside the top of the tube body. b) The base: i) Must have a small recessed portion to fit the dimensions of existing platinum planchets (which are 0.08 mm X 22.35 mm), but does not meet or exceed the dimensions of stainless steel planchets used within the lab (which are 0.45 mm X 25.30 mm). This is so that the cell can appropriately fit the intended planchets, while not being confused with other bases used to electroplate other elements within the laboratory. ii) Must be able to accommodate the planchet while also having room to accommodate an appropriately-size a-ring such that the a-ring secures the planchet in place without excessively overlapping the surface of the planchet. This means that the interior bottom of the base must have a 1.280.inch inner diameter (to accommodate the a-ring), with a 0.935 inch diameter and 0.055 inch depth indent (to accommodate the planchet) centered in the middle of it. iii) Must have the following exterior dimensions: 1.500 inch diameter body which tapers in to a diameter of 1.373 inches at a height of 0.125 inches from the top and continues at that width for 0.875 inches {for a total of 1.000 inches) before tapering in farther to a 0.625 inch tall post at the bottom in order for the base to fit in existing custom electroplating apparatus racks. iv) Must have a 0.063 inch diameter hole must exist clean through the bottom of the base in the center, in order to allow access for removal of the planchet after electroplating. v) Must have a post attached to the bottom which is 0.188 inches in diameter and 0.500 inches long before flaring into a 0.250 inch diameter for 0.125 inches and has a knurled finish in order to allow a cathode lead to be securely and firmly attached to the base. vi) Must be made of stainless steel in order to afford resistance to the electrolysis conditions inside the cell, including harsh chemicals and electrical currents. vii) Must be threaded to match the threads on the body from the top of the opening down 0.633 inches into the top, to secure the two parts together. c) The body: i) Must have an inner diameter of 0.632 inches in order to keep the electroplating contained within the diameter of the platinum planchets, and to prevent the accidental electroplating of chemicals onto the stainless steel surfaces of the chamber. ii) Must have an outer dimension that tapers in to 0.878 inches for the bottom 0.094 inches in order to place appropriate pressure on the a-ring and create an appropriate seal and prevent electrolysis solution from leaking. iii) Must have a 1.250 inch maximum diameter with threading just above the bottom 0.094 inches that extends up 1.25 inches and is threaded to match the base, to secure the two parts together. iv) Must have a top opening with an inner diameter of 0.990 inches and a depth of 0.625 inches, which then tapers over the course of 0.179 inches to the inner dimension of 0.623 inches in order to accommodate the cap. v) Must have a total height of 3.000 inches to accommodate the existing platinum anode wires and keep them close enough to the sample to facilitate electroplating while not creating direct contact between the planchet and the wire, which would have a detrimental effect on the electroplating. vi) Must have a channel cut 0.750 inches from the top that is 0.031 inches deep and 0.125 inches tall in order to visually distinguish this electrolysis cell body from other electrolysis cell bodies used in the lab (which have different internal diameters, but appear the same externally). vii) Must be made of polycarbonate in order to afford the required chemical resistance, lack of electrical conductivity, and heat resistance needed to perform the electroplating. d) The cap is designed to be exactly identical to existing caps used for other electroplating processes in the lab, in order to prevent any confusion or potentially costly mishaps, thus they: i) Must be made of polycarbonate to afford the chemical resistance, lack of electrical conductivity, and heat resistance needed to perform the electroplating. ii) Must be 0.125 inches in diameter across to a depth of 0.75 inches then 0.98 inches across for the next 0.25 inches, then taper to a diameter of 0.23 inches over the course of 0.38 inches, in order to next appropriately into the body. iii) Must have an opening through the center that is 0.16 inches in diameter for the first 0.50 inches of depth and then 0.05 inches in diameter for the remaining 0.88 inches, to accommodate the platinum anode wire. iv) Must have a second opening drilled clear through the top off-centered from the first opening that is 0.19 inches in diameter, in order to facilitate the addition of chemicals using a pipette without disturbing the electrolysis cell, which is necessary in order to achieve the desired chemistry within the cell and create high-quality products. v) Must have a threaded 6-32 TPI hole bored perpendicular to the centered hole and 0.25 inches from the top in order to accommodate the addition of a stainless steel screw used to secure the platinum wire anode into the cap. e) The O-ring: i) Must have an inner diameter of 0.139 inches and an outer diameter of 0.609 inches in order to secure the planchet without obscuring the electroplating surface. ii) Must be made of Teflon to afford the chemical resistance, lack of electrical conductivity, and heat resistance needed to perform the electroplating, while still being pliable enough to allow slight compression to create an appropriate seal. Ship to address: Tyler Miller 10989 S. Patrick Drive Patrick Air Force Base 32925-3002 ***NOTE: The non-manufacturer rule is applicable to this requirement*** NOTE TO OFFERORS: In accordance with FAR 8.402(f), an ordering activity Contracting Officer may combine open market items with General Services Administration (GSA) items; therefore, if any item is applicable to (GSA) Contract Schedule please clearly labeled the item GSA or open market. Include your GSA contract number for items, as well as expiration date of the contract. FAR Provision 52.212-1, Instructions to Offerors - Commercial Items (Oct 15) applies to this acquisition and the following addendum applies: Paragraph (a) first sentence revised as follows: "The NAICS code and small business size standard for this acquisition appear above." Paragraph (c) first sentence revised as follows: "The offeror agrees to hold the prices in its offer firm until 1 Oct 16." RFQ due date: 29 Aug 16 RFQ due time: 2:00 P.M. EST Email to 45cons.lgcb.e-bids@us.af.mil or mail to: 45th Contracting Squadron Attn: FA2521-16-Q-B165 1201 Edward H. White II Street, MS 7200 Patrick AFB, FL 32925-3238 THIS MUST BE SENT TO 45 CONS E-BIDS AS STATED ABOVE, OR THE ADDRESS IF MAILING. ANYTHING OTHERWISE CAN AND WILL BE CONSIDERED NONRESPONSIVE. YOU MAY WISH TO PLACE A READ/DELIVERY RECEIPT. Note:.zip files are not an acceptable format for the Air Force Network and will not go through our email system. All questions regarding this solicitation must be email to 45cons.lgcb.e-bids@us.af.mil by 1:00 P.M. EST: 26 August 2016 Please provide the following information with your quote: DUNS Number: ____________ Cage Code: _______________ Tax ID Number: ___________________ *Number of Employees_____________ *Total Yearly Revenue_______________ *Information required determining size of business for the NAICS referenced above Estimated Delivery Time: ____________ Payment Terms: _________________________ Warranty: ________________ FOB (Select): ____ Destination _____ Origin Shipping Cost included? ____ Yes _____ No All companies must be registered in the System for Award Management at https://www.sam.gov/portal/public/SAM/ to be considered for award. The Government will not provide contract financing for this acquisition. Invoice instruction shall be provided at time of award. 52.209-11 - Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not 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 an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment 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 an 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; and (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) 52.219-28 - Post-Award Small Business Program Rerepresentation (Jul 2013) (a) Definitions. As used in this clause-- Long-term contract means a contract of more than five years in duration, including options. However, the term does not include contracts that exceed five years in duration because the period of performance has been extended for a cumulative period not to exceed six months under the clause at 52.217-8, Option to Extend Services, or other appropriate authority. Small business concern means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR part 121 and the size standard in paragraph (c) of this clause. Such a concern is "not dominant in its field of operation" when it does not exercise a controlling or major influence on a national basis in a kind of business activity in which a number of business concerns are primarily engaged. In determining whether dominance exists, consideration shall be given to all appropriate factors, including volume of business, number of employees, financial resources, competitive status or position, ownership or control of materials, processes, patents, license agreements, facilities, sales territory, and nature of business activity. (b) If the Contractor represented that it was a small business concern prior to award of this contract, the Contractor shall rerepresent its size status according to paragraph (e) of this clause or, if applicable, paragraph (g) of this clause, upon the occurrence of any of the following: (1) Within 30 days after execution of a novation agreement or within 30 days after modification of the contract to include this clause, if the novation agreement was executed prior to inclusion of this clause in the contract. (2) Within 30 days after a merger or acquisition that does not require a novation or within 30 days after modification of the contract to include this clause, if the merger or acquisition occurred prior to inclusion of this clause in the contract. (3) For long-term contracts- (i) Within 60 to 120 days prior to the end of the fifth year of the contract; and (ii) Within 60 to 120 days prior to the date specified in the contract for exercising any option thereafter. (c) The Contractor shall rerepresent its size status in accordance with the size standard in effect at the time of this rerepresentation that corresponds to the North American Industry Classification System (NAICS) code assigned to this contract. The small business size standard corresponding to this NAICS code can be found at http://www.sba.gov/content/table-small-business-size-standards. (d) The small business size standard for a Contractor providing a product which it does not manufacture itself, for a contract other than a construction or service contract, is 500 employees. (e) Except as provided in paragraph (g) of this clause, the Contractor shall make the representation required by paragraph (b) of this clause by validating or updating all its representations in the Representations and Certifications section of the System for Award Management (SAM) and its other data in SAM, as necessary, to ensure that they reflect the Contractor's current status. The Contractor shall notify the contracting office in writing within the timeframes specified in paragraph (b) of this clause that the data have been validated or updated, and provide the date of the validation or update. (f) If the Contractor represented that it was other than a small business concern prior to award of this contract, the Contractor may, but is not required to, take the actions required by paragraphs (e) or (g) of this clause. (g) If the Contractor does not have representations and certifications in SAM, or does not have a representation in SAM for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed: The Contractor represents that it [ ] is, [ ] is not a small business concern under NAICS Code ______________ assigned to contract number ______________.[Contractor to sign and date and insert authorized signer's name and title]. (End of clause) 252.232-7006 Wide Area Workflow Payment Instructions (May 13) a) Definitions. As used in this clause- "Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization. "Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). "Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC Issue By DoDAAC Admin DoDAAC Inspect By DoDAAC Ship To Code Ship From Code Mark For Code Service Approver (DoDAAC) Service Acceptor (DoDAAC) Accept at Other DoDAAC LPO DoDAAC DCAA Auditor DoDAAC Other DoDAAC(s) (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) FAR Provision 52.212-2, Evaluation -- Commercial Items (Oct 14), applies to this acquisition and the following evaluation is applicable: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the item offered to meet the Government requirement (ii) Price (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.225-18 - Place of Manufacture (Mar 2015) (a) Definitions. As used in this clause- "Manufactured end product" means any end product in Federal Supply Classes (FSC) 1000-9999, except- (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. "Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. (b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly- (1) [ ] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) [ ] Outside the United States. (End of provision) Discussions: The government intends to award a purchase order without discussions with respective vendors/quoters. The government however, reserves the right to conduct discussions if deemed in its best interest. FAR Provision 52.212-3, Offeror Representations and Certifications -- Commercial Items (Nov 15), with its Alternate I (Oct 14), applies to this acquisition. All vendors must be registered in System For Award Management at https://www.sam.gov/portal/public/SAM/ at the time of Quote submittal. FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (May 14), applies to this acquisition with the following Addendum: Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. Note: The vendor acknowledges that should the quote or proposal's terms and conditions and/or agreement conflict with mandatory provisions of the Federal Acquisition Regulation (FAR) and other Federal law applicable to commercial acquisitions, to the extent of such conflict the FAR and Federal law govern and conflicting vendor terms and conditions and/or agreement are unenforceable and are not considered incorporated into any resultant contract. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEV 2013-00019) (Jun 2016). Additionally, the following FAR clauses cited in 52.212-5 are applicable: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (Oct 15) 52.209-6 Protecting the Government's Interest when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment (Oct 15) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 15) 52.219-6 Notice of Total Small Business Set-Aside (Nov 11) 52.222-3 Convict Labor (June 03) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 14) 52.222-21 Prohibition of Segregated Facilities (Apr 15) 52.222-26 Equal Opportunity (Apr 15) 52.222-35 Equal Opportunity for Veterans (Oct 15) 52.222-36 Affirmative Action for Workers with Disabilities (Jul 14) 52.222-37 Employment Reports on Veterans (Oct 15) 52.222-50 Combating Trafficking in Persons (May 15) 52.223-15 Energy Efficiency in Energy-Consuming Products (Dec 07) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 11) 52.226-6 Promoting Excess Food Donation to Nonprofit Organizations. (May 14) 52.232-29 Terms for Financing of Purchases of Commercial Items (Feb 02) 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (Jul 13) 52.233-3 Protest After Award (Aug 96) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 04) 52.204-16 Commercial and Government Entity Code Reporting (Jul 15) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 15) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 13) DFARS Clauses: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 11) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 11) 252.203-7996 Prohibition Contracting With Entities That Require Certain Internal Confidentiality Agreements-Representation (Deviation 2016-O0003)(Oct 15) 252.203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation 2016-O0003)(Oct 15) 252.204-7008 Compliance with Safeguarding Defense Information Controls (Aug 15) 252.204-7011 Alternative Line Item Structure (Sep 11) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Dec 15) 252.204-7015 Disclosure of Information to Litigation Support Contractors (Feb 14) 252.222-7007 Representation Regarding Combating Trafficking in Persons (Jan 15) 252.223-7008 Prohibition of Hexavalent Chromium (Jun 13) 252.225-7000 Buy American Statute-Balance of Payments Program Certificate (Nov 14) 252.225-7001 Buy American and Balance of Payments Program (Nov 14) 252.225-7031 Secondary Arab Boycott of Israel (Jun 05) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 12) 252.232-7006 Wide Area Workflow Payment Instructions (May 13) 252.232-7010 Levies on Contract Payments (Dec 06) 252.244-7000 Subcontracts for Commercial items (Jun 13) 252.247-7023 Transportation of Supplies by Sea (Apr 14) The following AFFARS clauses are applicable to this solicitation: 5352.201-9101 Ombudsman (Apr 14) with the following fill-in: AFICA/KS SCO 150 Vandenberg Street, Peterson AFB, CO 80914, (P) 719-554-5300, (F) 719-554-5299, afica.ks.wf@us.af.mil. 5352.242-9000, Contractor Access to Air Force Installations (Nov 12) 5352.242-9001, Common Access Cards (CAC) for Contractor Personnel (Nov 12) The full text of these clauses and provisions may be assessed electronically at the website: http://farsite.hill.af.mil. Attachments: 1 Drawing: Plating Chamber Top-Plug
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-16-Q-B165/listing.html)
- Place of Performance
- Address: 10989 S. Patrick Drive, Patrick Air Force Base, Florida, 32925, United States
- Zip Code: 32925
- Zip Code: 32925
- Record
- SN04239334-W 20160826/160824235639-7b4790cd90648c82cc1ece463db6e58b (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 |