Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 24, 2018 FBO #6179
SOLICITATION NOTICE

47 -- Medium and High Pressure Fittings - DRAFT RFQ

Notice Date
10/22/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332913 — Plumbing Fixture Fitting and Trim Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
F1SRQR8247B001
 
Archive Date
11/20/2018
 
Point of Contact
Thomas A. Prothro, Phone: 6612777018, Michele D. Cameron, Phone: 661-277-8436
 
E-Mail Address
thomas.prothro@us.af.mil, michele.cameron@us.af.mil
(thomas.prothro@us.af.mil, michele.cameron@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DRAFT RFQ 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. (ii) The solicitation number and a statement that the solicitation is issued as an invitation to bid (IFB), request for quotation (RFQ) or request for proposal (RFP). • The solicitation number is F1SRQR8247B001 and this is a request for quotation (RFQ) (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular ___. • The solicitation document and incorporated provisions and clauses are those if effect through Federal Acquisition Circular current to FAC 2005-100 and current to DPN 20181001. (iv) A notice regarding any set-aside and the associated NAICS code and small business size standard. • This solicitation is set aside for small businesses. The NAICS code is 332913 and the small business size standard is 1000 employees. (v) A list of line item number(s) and items, quantities, and units of measure, (including option(s), if applicable). Specifications - Medium Pressure Fittings for MRET AFRL/RQRC requires several medium and high pressure cone‐and thread fittings for the construction of their new Multiscale Rocket Engine Test (MRET) facility. The fittings must meet the following specifications: • Rated for a 10,000 psi system • Stainless steel wetted parts able to handle liquid or gaseous nitrogen, methane, and other hydrocarbons and gaseous hydrogen and helium • Monel K500 wetted parts able to handle gaseous and liquid oxygen • Maintain pressure rating of 10,000 psi at temperatures from ‐320°F to 150°F The following specific configurations are needed. Throughout the below list MP=medium pressure and HP=high pressure; both are cone‐and‐thread type fittings: Part Description - Qty for SS Fittings - Qty for Monel K500 wetted fittings Adapter 1" MP male to 1/4" HP female - 52 - 4 Adapter 3/8" MP male to 1/4" HP female - 8 - 8 Adapter 1/4" MP male to 1/4" HP female - 32 - 16 Adapter 9/16" MP nipple male‐male - 10 - 5 Adapter 1" MP nipple male‐male - 25 - 5 Adapter 1.5" MP nipple male‐male - 26 - 5 MP gland 1" - 102 - 6 MP collar 1" - 102 - 6 1/4" MP female adapter for 1/8" thermocouple (male) - 6 - 6 Union coupling HP 1/4" - 6 - 6 Union coupling MP 1" - 20 - 6 HP gland 1/4" - 40 - 0 HP collar 1/4" - 40 - 0 HP plug 1/4" - 12 - 0 MP plug 1" - 12 - 0 HP elbow 1/4" - 6 - 0 HP tee 1/4" - 3 - 0 MP elbow 1" - 6 - 0 MP tee 1" - 3 - 0 Coupling 1/4" NPT female to 1/4" HP female - 16 - 6 MP Tube caps 1" female - 6 - 0 HP Tube caps 1/4" female - 6 - 0 (vii) Date(s) and place(s) of delivery and acceptance and FOB point. • Desired receipt of these high-pressure fittings is by December 14th, 2018. Please indicate the anticipated lead time for delivery. The place of delivery and acceptance is the Air Force Research Lab, Edwards AFB, CA 93524, United States. FOB Destination required. (viii) A statement that the provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and a statement regarding any addenda to the provision. • The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. (ix) A statement regarding the applicability of the provision at 52.212-2, Evaluation -- Commercial Items, if used, and the specific evaluation criteria to be included in paragraph (a) of that provision. If this provision is not used, describe the evaluation procedures to be used. • This will be a lowest priced technically acceptable acquisition. (x) A statement advising offerors to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. • The response should include verification of completion of the Offeror's Representation and Certifications - Commercial Items in accordance to FAR 52.212-3. This provision can be completed at the System for Award Management (SAM) website at http://www.sam.gov. If the offer does not have a copy of this provision, go to http://www.sam.gov/ to load required information. Any response received without completing this registration will be considered noncompliant. (xi) A statement that the clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and a statement regarding any addenda to the clause. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) A statement that the clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition. • The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items, applies to this acquisition, including the following clauses: 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. (Sep 2018) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91). (3) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) (4) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (5) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] _X_ (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). _X_ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). _X_ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126). _X_ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). _X_ (28) (i) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). _X_ (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). _X_ (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). _X_ (49) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). _X_ (55) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). (d) Comptroller General Examination of Record The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91). (iv) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (v) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (vi) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (vii) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). (viii) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (ix) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (x) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (xi) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (xii) 52.222-41, Service Contract Labor Standards (Aug 2018), (41 U.S.C. chapter 67). (xiii) (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627). (xiv) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xvi) 52.222-54, Employment Eligibility Verification (Oct 2015) (E. O. 12989). (xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). (xviii) 52.222-62, Paid sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (xix) (A) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a). (B) Alternate I (Jan 2017) of 52.224-3. (xx) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xxi) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xxii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) (xiii) A statement regarding any additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. The following provisions and clauses apply to this acquisition. PROVISIONS INCORPORATED BY REFERENCE FAR 52.204-16 Commercial and Government Entity Code Reporting (Jul 16) FAR 52.212-3 Alt I Offeror Representations and Certifications--Commercial Items (Oct 14) DFARs 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 11) CLAUSES INCORPORATED BY REFERENCE FAR 52.204-18 Commercial and Government Entity Code Maintenance ( Jul 16) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 13) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 11) DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 16) DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 16) DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors (May 16) DFARS 252.223-7008 Prohibition of Hexavalent Chromium (Jun 13) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 12) DFARS 252.232-7006 Wide Area Workflow Payment Instructions (May 2013) DFARS 252.232-7010 Levies on Contract Payments (Dec 06) DFARS 252.244-7000 Subcontracts for Commercial Items (Jun 13) DFARS 252.247-7023 Transportation of Supplies by Sea (Apr 14) CLAUSES INCORPORATED BY FULL TEXT AFFARS 5352.201-9101 Ombudsman (Jun 16) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Air Force Test Center Vice Commander, 1 South Rosamond Blvd, Edwards AFB, CA 93524, Phone 661-277-2810 or Fax (661) 277-7593. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) (xiv) A statement regarding the Defense Priorities and Allocations System (DPAS) and assigned rating, if applicable. • N/A (xv) The date, time and place offers are due. • All responses to this RFQ must be received NO LATER THAN November 5, 2018 at 4:00 p.m. PST (xvi) The name and telephone number of the individual to contact for information regarding the solicitation. • All information furnished shall be in writing and must contain sufficient detail to allow the government representative to evaluate and determine if it can meet the requirement. All replies are to be provided to the Contracting Specialist, Thomas Prothro, thomas.prothro@us.af.mil and the Contracting Officer, Michele Cameron, michele.cameron@us.af.mil. All responses to this RFQ must be received NO LATER THAN November 5, 2018 at 4:00 p.m. PST. Telephone requests to be placed on a mailing list will not be honored.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/F1SRQR8247B001/listing.html)
 
Record
SN05131446-W 20181024/181022230646-ea488a23cfe23b6a6aa7175d4422945f (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.