SOLICITATION NOTICE
49 -- HEATED VACUUM DEBULKING AND CURING TABLE
- Notice Date
- 1/14/2020 4:35:59 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- FA6712 911 AW LGC CORAOPOLIS PA 15108-4495 USA
- ZIP Code
- 15108-4495
- Solicitation Number
- FA671220QA001
- Response Due
- 1/29/2020 1:00:00 PM
- Archive Date
- 02/13/2020
- Point of Contact
- Paul E. Davisson, Phone: 4124748124
- E-Mail Address
-
paul.davisson@us.af.mil
(paul.davisson@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on FEDBIZOPPS (http://www.fbo.gov). The Request For Quote (RFQ) number is FA671220QA001. This solicitation documents and incorporates provisions and clauses in effect through FAC 2020-02. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is�336413 and the Small Business Standard is 1,250 Employees The proposed contract is 100% total set-aside for Small Business. Award shall be made on the evaluation basis of Lowest Price Technically Acceptable. The Pittsburgh 911th Airlift Wing located in Coraopolis, PA is seeking quotes from small business vendors for the following: CLIN 0001:� ���� - HEATED VACUUM DEBULKING AND CURING TABLE, HCS7500-08-421111 (or equal)� ���� - Packaging/Crating/Shipping shall all be included in the quoted price.� FOB Destination applies. �NOTE: Per FAR 52.211-6, Brand Name or Equal, any brand name or equal must meet the following essential salient physical, functional and performance characteristics: General Features: Work Area � 72�L x 60�W x 48�H Max size - 60�L x 48�W x 36�H Min size Electrical � 480 VAC 3 Phase Lid � Must be insulated Frame � Welded aluminum or equivalent Wheels � Lockable Caster Operating Temperature Range � 0F - 400F�� Must have an audible alarm 8 Thermocouple Ports � Minimum Lockable Caster Wheels � Required� Additional Features: Must have an electrical operated vacuum pump Vacuum Bag � Must be reusable with an 800% minimum elongation factor Refer to FAR 52.211-6�for guidance on what an ""equal"" quote must contain.� Any quote offering an ""equal"" HEATED VACUUM DEBULKING AND CURING TABLE must comply with the requirements in 52.211-6 to be considered.� Quote submissions for an�""equal"" Heated Vacuum Debulking and Curing Table must clearly demonstrate how the ""equal"" meets the essential Salient characteristics described above.� Quotes that do not show this�will�be deemed non-responsive and not considered for�award. �FAR CLAUSES AND PROVISIONS 52.202-1, Definitions 52.204-7, System for Award Management 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2018) 52.204-13, SAM Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.209-6, Protecting the Government�s Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.211-6, Brand Name or Equal 52.212-1, Instructions to Offerors - Commercial Items 52.212-3 Alt I� Offeror Representations and Certifications � Commercial Items 52.212-4, Contract Terms and Conditions - Commercial Items 52.219-6� Notice of Total Small Business Set-Aside 52.219-28, Post Award Small Business Program 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities Relating to Iran � Representations and Certifications 52.232-1,� Payments 52.232-11, Extras 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3, Protest After Award (AUG 1996) 52.233-4� Applicable Law for Breach of Contract Claim (OCT 2004) 52.243-1, Changes Fixed Price (AUG 1987) 52.247-34, F.O.B-Destination 52.252-2 Clauses Incorporated by Reference 52.252-6, Authorized Deviations in Clauses 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including: 52.203-6 Restrictions on Subcontractor sales to the Government, 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.219-8 Utilization of Small Business Concerns, 52.219-28 Post Award Small Business Program Representation, 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.221-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Veterans, 52.222-36 Equal Opportunities for Workers w/ Disabilities, 52.222-40 Notification of Employee Rights Under the National Labor Relations Act, 52.222-50 Combating Trafficking in Persons, 52.222-54 Employment Eligibility Verification, 52.223-11 Ozone Depleting Substances, 52.223-18 Encouraging Contractor Policies to Ban Test Messaging While Driving, 52.225-13 Restrictions on Certain Foreign Purchases. DFARS CLAUSES AND PROVISIONS 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 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls 252.204-7015, Disclosure of Information to Litigation Support Contractors 252.211-7003 Item Identification and Valuation 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001, Buy American Act & Balance of Payments Program 252.225-7002, Qualifying Country Sources as Subcontractors 252.225-7036, Buy American Act, Free Trade Agreements, Balance of Payments Program 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 252.244-7000, Subcontracts for Commercial Items AFFARS Clauses � 5352.201-9101, Ombudsman 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances This announcement will close at 4:00 PM EST local time on 01/29/2020. Contact Paul Davisson who can be reached by email at paul.davisson@us.af.mil. Oral communications are not acceptable in response to this notice. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Quotes will be evaluated based on the following criteria: Technical Acceptability Price Technical Evaluation Ratings: Rating: Description: Acceptable Submission Clearly meets the essential salient characteristics Unacceptable Submission does not clearly meet the salient characteristics System for Award Management (SAM): Vendors must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. Method of quote submission:� email to paul.davisson@us.af.mil All quotes shall include price(s), a point of contact, name and phone number, CAGE Code, business size under NAICS Code 336413, and payment terms. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. Advance payments are not authorized.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/8e9629eb523a4a5eb971e29d0f0bb5ec/view)
- Record
- SN05534470-F 20200116/200114230137 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |