SOLICITATION NOTICE
H -- C-17A Wheel Assembly Torque System
- Notice Date
- 6/2/2020 11:48:05 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- FA4418 628 CONS PK JOINT BASE CHARLESTON SC 29404-5021 USA
- ZIP Code
- 29404-5021
- Solicitation Number
- FA441820Q0018
- Response Due
- 6/16/2020 11:00:00 AM
- Archive Date
- 07/01/2020
- Point of Contact
- Anthony Lawston, Phone: 8439635163, Bryan Coppage, Phone: 8439634735
- E-Mail Address
-
anthony.lawston.1@us.af.mil, bryan.coppage@us.af.mil
(anthony.lawston.1@us.af.mil, bryan.coppage@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Wheel Assembly Torque System This product is needed to provide a convenient, efficient, and reliable means of torqueing aircraft main or nose tire bolts.�The unit shall be designed for operation by one mechanic. Secondary Gantry pneumatic hoist shall lift and place wheel halves onto the complementing Wheel Build-up Stand. The Torque System shall be delivered fully programmed with wheel torque and angle parameters corresponding to each customer wheel part numbers. The nut runner spindles shall accept customer supplied standard �� drive sockets. COMBINED SYNOPSIS/ SOLICITATION FOR COMMERCIAL ITEMS: 437th Wheel & Tire Wheel Assembly Torque System (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 & 13.5, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation.� Quotes are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is FA4418-20-Q0018 and is being issued as a Request for Quote (RFQ). The RFQ format is attached to this combined synopsis/solicitation and shall be used to submit pricing. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06, Effective 06 May 2020. (iv) This acquisition is 100% small business set-aside. The associated NAICS code is 336413 with a size standard of 1,250 Employees. (v) Contractors shall submit a quote for the transportation and installation of a Wheel Torque System and its accessories, Wheel Assembly Torque System, which shall include: Ease of Operation:� Design shall allow for operation by one mechanic with, or without, the aid of an overhead hoist, Maximum Productivity: Must provide a simple, efficient, and reliable means of assembling aircraft main or nose wheels, Ease of Calibration and Maintenance: Design practices shall include component selection and detailed instruction manuals that ensure the easiest and most reliable procedures for calibration and maintenance, Expandability: The ability to easily add unlimited wheel PINs in the machine at any time, Mandatory Dimensions: (152�W x 90�Dx124�H), Touch-screen interface for selecting wheel part numbers, Operator controls for torqueing start/stop located on the nut runner handle bar, Dual spindle shall allow for simultaneous torqueing of two fasteners, Nut runners mounted on positioning fixture shall be adjustable to match bolt diameter, Scale shall be provided on fixture to indicate distance between nut runners, Nut runner assembly shall be suspended from air-balanced cable on post-mounted overhead swing boom, Must include Nut Runner application and controller configuration software, Must be programmed for torque control, angle control or a combination of both, Must include BS3096G Secondary Gantry (pneumatic lift hoist for lifting wheel halves) with a weight capacity of 250 pounds and accompanying Lifting Fixture BS3085, and a one (1) year warranty, in accordance with the attached Statement of Work (SOW). This system shall provide a convenient, efficient, and reliable means of torqueing aircraft main or nose tire bolts.� The unit shall be designed for operation by one mechanic. Nut Runner software shall allow the operator to select wheel, loading all applicable parameters. Electric nut runners shall quickly and accurately tighten fasteners to the appropriate torque and angle. �Secondary Gantry pneumatic hoist shall lift and place wheel halves onto the complementing Wheel Build-up Stand. The Torque System shall be delivered fully programmed with wheel torque and angle parameters corresponding to each customer wheel part numbers. The nut runner spindles shall accept customer supplied standard �� drive sockets. (vi) Contractor will transport and install the Wheel Assembly Torque System, components, all its Accessories to Joint Base Charleston, South Carolina and conduct training on the equipment. (vii) Delivery shall be FOB destination. The RFQ format is attached to this combined synopsis/solicitation and shall be used to provide your delivery schedule. (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: https://www.acquisition.gov/content/regulations) �FAR 52.212-1, Instructions to Offerors � Commercial. The response will consist of two separate parts: Part I � Technical understanding: Submit a technical narrative that identifies all major salient characteristics and Statement of Work required to satisfy the requirements in accordance to the attached Statement of Work (SOW). Offerors must identify all work that will be self-performed and work that will be subcontracted. Part II � Price: Contractors shall complete and submit the attached RFQ. The Contracting Officer has determined there is a high probability of adequate price competition for this acquisition. FAR 52.212-2, Evaluation - Commercial Items Evaluation.� 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 in the following relative order of importance: 1.�������� Technical Understanding - To receive a Pass rating, the offeror�s narrative must demonstrates a technical understanding of the project�s scope and submit a technical statement of the equipment�s salient characteristics as provided in the attached SOW. Subjective Rating Description Pass Narrative meets the requirements of the solicitation. Neutral Cannot determine if the narrative meets the requirements of the solicitation. Fail Narrative does not meets the requirements of the solicitation. 2.�������� Price � The Government will evaluate the total price of the offer for award purposes. Unrealistically low or high prices may be grounds for eliminating a proposal from consideration. (x) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at http//www.sam.gov (xi) The clause at FAR 52.212-4, Contract Terms and Condition�Commercial �Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items (May 2015), applies to this acquisition.�� (xiii)� The following clauses are applicable to this procurement: ����������� FAR 52.203-6, Restrictions on Subcontractor Sales to the Government ����������� FAR 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements�Representation ����������� FAR 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements ����������� FAR 52.204-7, System for Award Management ����������� FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards ����������� FAR 52.204-22, Alternative Line Item Proposal ����������� FAR 52.204-23, Prohibition on Contracting for Hardware, software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities ����������� FAR 52.209-6, Protecting the governments interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment ����������� FAR 52.209-7, Information Regarding Responsibility Matters ����������� FAR 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters ����������� FAR 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations ����������� FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law ������FAR 52.211-6 Brand Name or Equal. ����������� FAR 52.211-17, Delivery of Excess Quantities ����������� FAR 52.219-6, Notice of Total Small Business Set-Aside ����������� FAR 52.219-8, Utilization of Small Business Concerns ����������� FAR 52.219-13, Notice of Set-Asides of Orders ����������� FAR 52.219-14, Limitations on Subcontracting ����������� FAR 52.219-28, Post Award Small Business Representation ����������� FAR 52.222-21, Prohibition of Segregated Facilities ����������� FAR 52.222-26, Equal Opportunity ����������� FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era ����������� FAR 52.222-36, Affirmative Action for Workers With Disabilities ����������� FAR 52.222-37, Employment Reports On Veterans ����������� FAR 52.222-40, Notification of Employee Rights under the National Labor Relations Act ����������� FAR 52.222-41, Service Contract Act of 1965 ����������� FAR 52.222-44 Fair Labor Standards Act and Service Contract Act � Price Adjustment ����������� FAR 52.222-50, Combating Trafficking in Persons. ����������� FAR 52.222-55, Minimum Wages under Executive Order 13658 ����������� FAR 52.222-62, Paid Sick Leave Under Executive Order 13706 ����������� FAR 52.223-11 -- Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons. ����������� FAR 52.223-15, Energy Efficiency in Energy-Consuming Products, in solicitations and contracts when energy-consuming products listed in the ENERGY STAR� Program or FEMP will be�(a) Delivered;(b) Acquired by the contractor for use in performing services at a Federally�controlled facility;(c) Furnished by the contractor for use by the Government; or (d) Specified in the design of a building or work, or incorporated during its construction, renovation, or maintenance. (End of Clause) ����������� FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving. ����������� FAR 52.225-1, Buy American Act - Supplies Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. ����������� FAR 52.225-13, Restrictions on Certain Foreign Purchases ����������� FAR 52.228-5, Insurance�Work on a Government Installation ����������� FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration ����������� FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors ����������� FAR 52.233-3, Protest after Award ����������� FAR 52.233-4, Applicable Law for Breach of Contract Claim ����������� FAR 52.245-1, Government Property ����������� FAR 52.253-1, Computer Generated Forms ����������� DFARS 252.201-7000, Contracting Officer�s Representative ����������� DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials ����������� DFARS 252.203-7002, Requirement to inform Employees of Whistleblower Rights ����������� DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials ����������� DFARS 252.204-7003, Control of Government Personnel Work Product ����������� DFARS 252.204-7005, Oral Attestation of Security Responsibilities ����������� DFARS 252.204-7004, Alternate A, Required Central Contractor Registration; Contractors not registered in the SAM will be ineligible for award (register at http://www.sam.gov/ or call 1-800-334-3414). ����������� DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls ����������� DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information ����������� DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support ����������� DFARS 252.205-7000, Provision of Information to Cooperative Agreement Holders ����������� DFARS 252.208-7000, Intent to Furnish Precious Metals as Government-Furnished Material ����������� DFARS 252.209-7004, Subcontracting with firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism ����������� DFARS 252.211-7007, Reporting of Government-Furnished Property ����������� DFARS 252.215-7008, Only One Offer ����������� DFARS 252-215-7013, Supplies and Services Provided by Nontraditional Defense Contractors ����������� DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate ����������� DFARS 252.225-7001, BAA - Balance of Payments Program ����������� DFARS 252.225-7002, Qualifying Country Sources as Subcontractors ����������� DFRAS 252.225-7012, Preference for Certain Domestic Commodities ����������� DFARS 252.225-7031, Second Arab Boycott of Israel ����������� DFARS 252.225-7048, Export-Controlled Items ����������� DFARS 252.225-7050, Disclosure of Ownership or Control by Government of a Country that is a State Sponsor of Terrorism ����������� DFARS 252.225-7974 Representation Regarding Persons that have Business Operations with the Maduro Regime ����������� DFARS 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns ����������� DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports�� (Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. The WAWF routing information will be provided upon award.) ����������� DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions ����������� DFARS 252.232-7010, Levies on Contract Payments ����������� DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel ����������� DFARS 252.237-7012, Instruction to Offerors (Count of Articles) ����������� DFARS 252.237-7016, Delivery Tickets ����������� DFARS 252.237-7018, Special Definitions of Government Property ����������� DFARS 252.243-7001, Pricing of Contract Modifications ����������� DFARS 252.244-7000, Subcontracts for Commercial Items ����������� DFARS 252.246-7000, Material Inspection And Receiving Report� ����������� DFARS 252.247-7022, Representation of Extent of Transportation by Sea ����������� 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. ����������� 5352.201-9101 OMBUDSMAN (July 2017) (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, Mrs. Susan Madison, AFICC OL AMC, 510 POW/MIA, Scott AFB, IL 62225-5022, (618) 229-0267, fax (618) 256-5724, email: susan.madison@us.af.mil.� Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman levels, 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.� ����������� AFFARS 5352.242-9000, Contractor Access to Air Force Installations (xiv)� Defense Priorities and Allocations System (DPAS):� N/A (xv) Response to this combined synopsis/solicitation must be received via email, by June 16th, 2020 no later than 2:00 PM Eastern Standard Time.� Requests should be marked with solicitation number FA4418-20-Q0018 (xvi) Address questions to Anthony Lawston, Contract Specialist, at (843) 963-5163, or email at anthony.lawston.1@us.af.mil. For more opportunities, visit http://www.airforcesmallbiz.org (see Contract Opportunities at the right side-bar.� Direct link: http://airforcesmallbiz.org/opportunities/index.php. Also see http://www.sba.gov
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/dc216e6a738a417bb5116fd33d528ede/view)
- Place of Performance
- Address: Charleston AFB, SC 29404, USA
- Zip Code: 29404
- Country: USA
- Zip Code: 29404
- Record
- SN05677005-F 20200604/200602230206 (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 |