SOLICITATION NOTICE
34 -- Swing Lathe - Spec SHeet
- Notice Date
- 9/1/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333517
— Machine Tool Manufacturing
- Contracting Office
- Department of the Air Force, Air Combat Command, 4 CONS, 1570 Wright Brothers Ave, Bldg 2903, Seymour Johnson AFB, North Carolina, 27531, United States
- ZIP Code
- 27531
- Solicitation Number
- F3T2EM7227AG01
- Archive Date
- 9/22/2017
- Point of Contact
- Andrew-Robert S Hostetter, Phone: 9197221753, Timothy M. Fletcher, Phone: 9197221727
- E-Mail Address
-
andrewrobert.hostetter@us.af.mil, timothy.fletcher.3@us.af.mil
(andrewrobert.hostetter@us.af.mil, timothy.fletcher.3@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Spec Sheet Combined Synopsis/Solicitation RFQ - Swing Lathe, ( F3T2EM7227AG01 ) Purchasing Agency: 4th Contracting Squadron - 4 CONS/PKB 1570 Wright Brothers Ave. Bldg 2903 Seymour Johnson AFB, NC 27531-2459 This is a combined synopsis/solicitation for a commercial item 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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quotation IAW FAR Part 12 and 13. Submit written quotes in reference to Request for Quote (RFQ) reference number F3T2EM7227AG01. This requirement is being solicited as a Total Small Business Set-Aside IAW FAR 52.219-6. The NAICS code for this requirement is 333517 with a size standard of 500 emp. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 Effective 19-Jan 2017. Defense Federal Acquisition Regulation DPN 20161222, Effective 22-Dec-2016. Air Force Federal Acquisition Regulation AFAC 2017-0127, Effective 27-Jan-2017. "Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs." CLIN 0001: Harrison - 15 ¾ Inch Swing, 50 Inch 1 Each UNIT $________ TOTAL: $________ Distance between centers, Frequency Speed Control, 3 Phase Engine Lathe 10 HP (MSC Part # 02728178) CLIN 0002: Steady Rest Type: Steady Rest Min 1 Each UNIT $________ TOTAL: $________ Work Piece Diameter (Inch) 0 Harrison Lathe (MSC Part # 01844182) CLIN 0003: Clausing - 15-754N - Follow Rest 1 Each UNIT $________ TOTAL: $________ Minimum Work Piece Diameter (Inch) 0 Harrison Lathe (MSC Part # 78851813) CLIN 0004: Aloris - Series CA-1 for 14 to 20 Inch 1 Each UNIT $________ TOTAL: $________ Lathe Swing, 5 Piece, Tool Post and Holder (MSC Part # 0683197) CLIN 0005: Bison - 3 Jaws, 10" Diameter, Self 1 Each UNIT $________ TOTAL: $________ Centering Manual Lathe Chuck (MSC Part # 08599391) CLIN 0006: Bison - 4 Jaws, 12" Diameter, 1 Each UNIT $________ TOTAL: $________ Independent Manual Lathe Chuck (MSC Part # 08564668) CLIN 0007: Bison - 5MT Taper Shank, 3.35" Head 1 Each UNIT $________ TOTAL: $________ Diameter, 4,400 LBS, Capacity Live Center (MSC Part # 00091256) CLIN 0008: Jacobs - JT3, 1/8 to 5/8 Inch Capacity 1 Each UNIT $________ TOTAL: $________ Tapered Mount, Ball Bearing Drill Chuck (MSC Part # 08590879) CLIN 0009: 5MT Shank, JT3 Mount Taper, Drill 1 Each UNIT $________ TOTAL: $________ Chuck Arbor (MSC Part # 08591935) CLIN 0010: Fagor-2 Axis, 52 Inch X-Axis Travel 1 Each UNIT $________ TOTAL: $________ 12 Inch Z-Axis, Turning DRO System TFT LCD Display (MSC Part # 40346272) "Or Equal" items are acceptable IAW attached Specification Sheet __________________________________________________________________________________ TOTAL AMOUNT: $________ *FOB Destination for delivery to: **DELIVERY 30 Days After Receipt of Contract 4 EMS/CSS SEYMOUR JOHNSON AFB NC 27531 Attachments: 1. Specifications Sheet *** To be considered for award, note that the offeror must be actively registered with the US Government database System for Award Management (SAM). Vendors must be registered and/or enrolled in Wide Area Workflow (WAWF) for purpose of invoice/payment if awarded the contract. Please note WAWF is the ONLY ACCEPTABLE means of invoicing for payment and that no advance payments will be made. Vendors must provide their DUNS number, CAGE code, and confirmation of their registration in WAWF along with the quote. *** Quotes are due to this office no later than 2:00p.m. Eastern Standard Time, 7 September 2017. Quotes must be sent via e-mail to timothy.fletcher.3@us.af.mil, andrewrobert.hostetter@us.af.mil, jasper.jones.2@us.af.mil. Contracting points of contact: A1C Timothy Fletcher, Contract Specialist, (919) 722-1727 or e-mail: timothy.fletcher.3@us.af.mil TSgt Andrew Hostetter, Contracting Officer, (919) 722-1753 or email: andrewrobert.hostetter@us.af.mil SSgt Devin Powner, Contracting Officer, (919) 722-1766 or email: devin.powner@us.af.mil ___________________________________________________________________________________ _ BASIS FOR CONTRACT AWARD: (Addendum to 52.212-2) (a) The Government intends to award a single contract resulting from this Request for Quotation (RFQ) to the vendor whose quotation conforms to the solicitation. The following factors shall be used to evaluate quotations: •1) Lowest Price Technically Acceptable •2) Technical Acceptability: Offeror must propose items IAW CLINs and Spec Sheet (b) Basis of Award: The award will be made to the vendor whose quotation represents the best value to the government on a lowest price technically acceptable basis. The following clauses and provisions apply: The full text of the FAR, DFARS, and AFFARS can be accessed on the Internet at http://farsite.hill.af.mil 52.204-7 System for Award Management. 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting. 52.204-18 Commercial And Government Entity Code Maintenance 52.204-19 Incorporation By Reference Of Representations And Certifications 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations 52.212-1 Instructions to Offerors -- Commercial Items 52.212-2 Evaluation -- Commercial Items 52.212-3 Offeror Representations and Certifications -- Commercial Items. 52.212-4 Contract Terms and Conditions--Commercial Items 52.212-5 (DEV) Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-Commercial Items 52.219-6 Notice of Total Small Business Set-Aside 52.222-3 Convict Labor 52.222-50 Combating Trafficking In Persons 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving 52.225-13 Restrictions On Certain Foreign Purchases 52.232-18 Availablity of Funds 52.232-33 Payment by Electronic Funds Transfer--System for Award Management 52.232-40 Providing Accelerated Payments To Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law For Breach Of Contract Claim 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 52.252-6 Authorized Deviations In Clauses 252.203-7000 Requirements Relating To Compensation Of Former DoD Officials 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials. 252.204-7003 Control Of Government Personnel Work Product 252.204-7004 Alt A System for Award Management 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls. 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information. 252.204-7012 Safeguarding Of Unclassified Controlled Technical Information 252.204-7015 Disclosure Of Information To Litigation Support Contractors 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies On Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000 Subcontracts For Commercial Items 252.246-7000 Material Inspection And Receiving Report 252.247-7023 Transportation Of Supplies By Sea-Basic 5352.201-9101 Ombudsman 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) 5352.223-9001 Health and Safety on Government Installations 5352.242-9000 Contractor Access to Air Force Installations
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/4CONS/F3T2EM7227AG01/listing.html)
- Place of Performance
- Address: Seymour Johnson AFB, Goldsboro, North Carolina, 27531, United States
- Zip Code: 27531
- Zip Code: 27531
- Record
- SN04658907-W 20170903/170901231625-5160cdf87e3a0bac6e485599eacef1c2 (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 |