Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2016 FBO #5409
SOLICITATION NOTICE

48 -- NFAC Actuators - Redacted J&A

Notice Date
9/12/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333995 — Fluid Power Cylinder and Actuator Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HQ Arnold Engineering Development Complex (AEDC) - Arnold, 100 Kindel Drive, Suite A-335, Arnold AFB, Tennessee, 37389-1335, United States
 
ZIP Code
37389-1335
 
Solicitation Number
F1EEDN6146A002
 
Archive Date
10/11/2016
 
Point of Contact
Malisa C. Ford, Phone: 9314544405, Vincent K. Pitts, Phone: 9314545174
 
E-Mail Address
malisa.ford@us.af.mil, vincent.pitts@us.af.mil
(malisa.ford@us.af.mil, vincent.pitts@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Redacted J&A for Brand Name Purchase This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6-- Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. Requirements: Offerors are requested to submit a complete firm fixed price quote, pricing items as indicated below including FOB destination, include enough information for the government to evaluate the minimum requirements detailed in this RFQ. 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 winning vendor will be required to fill out provisions IAW DFARs 252.209-7992 and DFARs 252.203-7998. The following factors shall be used to evaluate offers: (i) price (ii) technical capability of the item offered to meet the Government Requirement; This is a brand name request for Parker Hafflin Corporation Components. (iii) The solicitation number for this effort is F1EEDN6146A002. This solicitation is issued as a Request for Quote (RFQ). (iv) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-89 (effective 14 July 2016) and DFARs Change Notice (DPN) 20160630 (effective 30 June 2016), AFAC 2016-0603 (effective 03 June 2016). (v) The Product code for this effort is 4810- Valves, Powered. The NAICS code is 333995 Fluid Power Cylinder and Actuator Manufacturing. (vi) Contract Line Items: CLIN 0001: QTY 8 each hydraulic cylinders with integrally mounted manifold and control valve (Parker catalog number 4.00SB2HXFTVS19Ax6). The cylinders have a 4" bore, 6" stroke, spherical bearing mount, low friction seals, and are rated for 3000 psi hydraulic fluid. The valves are direct operated proportional directional control valves with servo-valve caliber frequency response (Parker catalog number D1FPE50BH9VE00). The valves have zerolap, 0.8 gpm at 508 psi differential pressure, low friction seals, defined spool position on power down, accept a 4-20mA input signal, and are rated for >3000 psi hydraulic fluid. Importantly the valves also have a dynamic response as follows: Step response <3.5 ms, frequency response with +/-5% signal of 350 Hz, hysteresis of <.05%, sensitivity of <.03%, and temperature drift <.025 %/K. CLIN 0002 QTY 3 each hydraulic cylinders with integrally mounted manifold and control valve (Parker catalog number 6.00SB2HXFTVS19Ax6). The cylinders have a 6" bore and otherwise meet the same specifications as in (1). The valves are the same as in (1). CLIN 0003 QTY 8 each spherical rod end (Parker 0961000138). The spherical rod end is an accessory for (1) and has a bearing for a 1.3750 shaft, 1¼-12 thread, and a load capacity 28562 lbs. CLIN 0004 QTY 3 each spherical rod end (Parker 0961000200). The spherical rod end is an accessory for (2) and has a bearing for a 2.0000 shaft, 1⅞-12 thread, and a load capacity 70193 lbs. CLIN 0005 QTY 11 each DIN electrical connector (Parker 5004072). This is a standard DIN 43563 6+PE electrical connector needed for (1) and (2). (vii) Delivery/Performance is at National Full-Scale Aerodynamic Complex (NFAC), Moffett Field, CA 94035 - Date: Within 90 days after award. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. (ix) 52.212-2, Evaluation -- Commercial Items, (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, based on price and technical acceptability. Award will be made to the lowest priced, technically acceptable offeror. (x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The following FAR Clauses are applicable to this solicitation and incorporated by reference: 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). 52.219-04, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer.) (15 U.S.C. 657a). 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). 52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving (Aug 2011). 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). 52.232-40, Providing accelerated payments to small business subcontractors (Dec 2013) (xiii) In addition to the above listed FAR clauses, the following DFARS and AFFARS clauses are applicable to this solicitation, and incorporated by reference. DFARS 252.203-7000 Requirements relating to compensation of former DoD officials (Sep 2011) DFARS 252.203-7997 Prohibition on contracting with entities that require certain internal confidentiality agreements (deviation 2016-o0003) (Oct 2015) DFARS 252.204-7008 Compliance with safeguarding covered defense information controls (Dec 2015) DFARS 252.204-7012 Safeguarding covered defense information and cyber incident reporting (Dec 2015) 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 - basic (Apr 2014) DFARS 252.203-7005 Representation relating to compensation of former DoD officials (Nov 2011) DFARS 252.203-7996 Prohibition on contracting with entities that require certain internal confidentiality agreements-representation (deviation 2016-o0003) (Oct 2015) DFARS 252.204-7011 Alternative line item structure (Sep 2011) DFARS 252.209-7991 Representation by corporations regarding an unpaid delinquent tax liability or a felony conviction under any federal law-fiscal year 2016 appropriations (deviation 2016-o0002) (Oct 2015) AF 5352.201-9101 Ombudsman (Nov 2015) (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this effort. (xv) Quotes shall be submitted via email to the Contract Specialist, Malisa Ford at malisa.ford@us.af.mil by 26 September 2016, at 10:00 a.m. Central Standard Time. (xvi) Questions regarding this solicitation should be directed to the Contract Specialist, Malisa Ford at malisa.ford@us.af.mil or via telephone at (931) 454-4405.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AEDC/F1EEDN6146A002/listing.html)
 
Place of Performance
Address: NASA Ames Research Center National Full-Scale Aerodynamic Complex, Moffett Field, California, 94035-1000, United States
Zip Code: 94035-1000
 
Record
SN04266893-W 20160914/160912235021-b634da4fa5964d971651668c30f5f55b (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.