Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 07, 2020 SAM #6765
SOLICITATION NOTICE

66 -- Optical Table

Notice Date
6/5/2020 4:01:03 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337127 — Institutional Furniture Manufacturing
 
Contracting Office
FA8751 AFRL RIKO ROME NY 13441-4514 USA
 
ZIP Code
13441-4514
 
Solicitation Number
FA875120Q0363
 
Response Due
6/12/2020 12:00:00 PM
 
Archive Date
06/27/2020
 
Point of Contact
Brooke McDonald, Jenna Tarbania
 
E-Mail Address
Brooke.McDonald@us.af.mil, jenna.tarbania@us.af.mil
(Brooke.McDonald@us.af.mil, jenna.tarbania@us.af.mil)
 
Description
This is a combined synopsis/solicitation for commercial items 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; offers are being requested and a written solicitation (paper copy) will not be issued.� Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation.� Solicitation FA8751-20-Q-0363 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-05 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20200408.� See http://acquisition.gov for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as unrestricted under NAICS code 337127 and small business size standard of 500 employees. The contractor shall provide all items identified in the List of Required Items below on a firm fixed price basis including the cost of shipping FOB Destination. Brand Name or Equal will be accepted. LIST OF REQUIRED ITEMS: CLIN0001: QTY: 1 Research grade optical table joined in L configuration specified by end user. ������������������ 59� x 192� x 18� joined to 59� x 180� x 18� research grade optical table Connected with nominal 5� welded stainless steel. Joiner interface to make L configuration. No gap after joining Minimal 3/16� tick ferromagnetic stainless steel top skins 1/4-20 tapped holes, countersunk, corrosion-proof Holes individually sealed in 1� on-center array 3/16� thick carbon fiber steel bottom facesheets, painted black Plated carbon steel honeycomb core, 0.49 in^2 cell size, 13.3 lb/ft^3 density Individual mounting hole seats that also provide contact between skin and honeycomb on top and bottom for stiffness and thermal conductivity 1.5� or less border along edge, nominal 3.75� or less spacing along table interface Bonded sidewall, black laminate cover sidewall. No wood used. Double density holes on both tables CLIN0002: QTY: 1 8 post system for CLIN001 optical tables Nominal 17� height with leveling base plates Vertical and horizontal isolation as listed above Gross capacity: 2500 lbs per leg @ 80 PSI Isolation efficiency up to 97% @ 5 Hz vertical; 90% @ 5 Hz horizontal, 99% @ 10 Hz vertical; 95% @ 10 Hz horizontal Vertical natural freq 0.8-1.7Hz depending on input Horizontal natural freq 1-1.9Hz depending on input CLIN0003: QTY: 2 Research grade optical table with isolator pockets 48� x 96� x 24� research grade optical table 3/16"" thick, ferromagnetic stainless steel top skins with 1/4-20 tapped, countersunk, corrosion-proof, INDIVIDUALLY SEALED mounting holes in a 1.00� on-center array 3/16� thick carbon steel bottom facesheets (painted black) Plated carbon steel honeycomb core, 0.49""^2 cell size, 13.3 lb/ft^3 density Individual mounting hole seals provide direct TOP AND BOTTOM skin-to-honeycomb contact for maximum stiffness and thermal integration. 1.50� edge borders or, at customer's choice 0.50"" edge borders Black laminate covered highly damped bonded sidewall finish featuring welded steel beam construction (NO WOOD USED.) NOTE: Detailed table design to be developed, reviewed and approved before manufacturing begins TMC original DoubleDensity Holes in either 4'x8' table surface above CLIN0004: QTY: 2 4 post system (8 in total) for CLIN003 optical tables Nominal 23� height with leveling base plates Vertical and horizontal isolation as listed above Gross capacity: 2500 lbs per leg @ 80 PSI Isolation efficiency up to 97% @ 5 Hz vertical; 90% @ 5 Hz horizontal, 99% @ 10 Hz vertical; 95% @ 10 Hz horizontal Vertical natural freq 0.8-1.7Hz depending on input Horizontal natural freq 1-1.9Hz depending on input CLIN0005: QTY: 2 Research grade optical table with isolator pockets 40� x 72� x 24� research grade optical table 3/16"" thick, ferromagnetic stainless steel top skins with 1/4-20 tapped, countersunk, corrosion-proof, INDIVIDUALLY SEALED mounting holes in a 1.00� on-center array 3/16� thick carbon steel bottom facesheets (painted black) Plated carbon steel honeycomb core, 0.49""^2 cell size, 13.3 lb/ft^3 density Individual mounting hole seals provide direct TOP AND BOTTOM skin-to-honeycomb contact for maximum stiffness and thermal integration. 1.50� edge borders or, at customer's choice 0.50"" edge borders Black laminate covered highly damped bonded sidewall finish featuring welded steel beam construction (NO WOOD USED.) NOTE: Detailed table design to be developed, reviewed and approved before manufacturing begins TMC original DoubleDensity Holes in either 4'x8' table surface above CLIN0006: QTY: 2 4 post system (8 in total) for CLIN005 optical tables Nominal 23� height with leveling base plates Vertical and horizontal isolation as listed above Gross capacity: 2500 lbs per leg @ 80 PSI Isolation efficiency up to 97% @ 5 Hz vertical; 90% @ 5 Hz horizontal, 99% @ 10 Hz vertical; 95% @ 10 Hz horizontal Vertical natural freq 0.8-1.7Hz depending on input Horizontal natural freq 1-1.9Hz depending on input �CLIN0007: QTY: 2 NOMINALLY 36x48x35"" OH HIGH CAPACITY CleanBench ISOLATION TABLE WITH CASTERS AND LEVELING BASEPLATES High stiffness, high mass, highly damped LAMINATED STAINLESS STEEL Top, nominally 2.6"" thick with 1/4-20 tapped holes in a 1""on-center array High Performance Gimbal Piston, Vibration Isolation System Equipment payload capacity range 0-2000 lbs. 1 Hz vertical & horizontal natural frequency Isolation efficiency: 85% @ 5 Hz; 95% @ 10 Hz Internal piston over-travel restraints for safety Thin wall, rolling diaphragm 0.020"" thick All aluminum height control valves Highly damped, high stiffness leg frame Retractable casters and leveling baseblates NOTE: Detailed table design to be developed, reviewed and approved before manufacturing begins The identified items reflect the minimum salient physical, functional, or performance characteristics that reflect the characteristics and level of quality that will satisfy the minimum Government requirement; however, the offeror may provide a solution equivalent to or exceeding the functional and performance characteristics of the identified items for technical acceptability evaluation. Used, pre-owned, refurbished, or remanufactured goods will not be accepted.� Items must be factory new. Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. � The anticipated delivery date is 8 weeks After Receipt of Order (ARO). All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination. The place of delivery, acceptance and FOB destination point is Rome, NY 13441. The provision at 52.212-1, Instructions to Offerors � Commercial Items applies to this acquisition.� Addenda to the following paragraphs of 52.212-1 are: (b) Written quotes are due at or before 3PM Eastern Time, 12 June 2020� Submit by email to:� Brooke.McDonald@us.af.mil. Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items. (b)(4)� Submit a technical description of the items being offered. (b)(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (b)(12) Include a statement verifying that your firm is capable of conforming to the requirements of DFARS clause 252.211-7003, Item Identification and Valuation. (g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror�s initial offer should contain the offeror�s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. The provision at FAR 52.212-2, Evaluation -- Commercial Items applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers: �(i) price and (ii) technical capability All evaluation factors when combined are approximately equal. The Government intends to award to the lowest priced, technically acceptable Offeror. Offerors are required to complete the following representations and certifications: 52.212-3, Offeror Representations and Certifications -- Commercial Items 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 252.225-7000, Buy American- Balance of Payment Program Certificate- Basic For your convenience all referenced certifications are attached to this solicitation. (Attachment 2) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. 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 additional FAR clauses cited in the clause are applicable to this acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-28, Post Award Small Business Program Re-representation 52.222-3, Convict Labor 52.222-19, Child Labor�Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Equal Opportunity for Workers With Disabilities 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 52.232-33, Payment By Electronic Funds Transfer�System For Award Management The following additional FAR and FAR Supplement provisions and clauses also apply: 52.204-16, Commercial and Government Entity Code Reporting 52.204-18, Commercial and Government Entity Code Maintenance 52.204-21, Basic Safeguarding of Covered Contractor Information Systems 52.204-22, Alternative Line Item Proposal 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.247-34, FOB Destination 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 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.211-7003, Item Identification and Valuation Para (c)(1)(i). Insert Contract Line, Subline, or Exhibit Line Item Number and Item Description: N/A for electronic delivery Para (c)(1)(ii). Identify Contract Line, Subline, or Exhibit Line Item Nr and Item Description:� 'N/A' Para (c)(1)(iii). Attachment Nr.:� 'N/A' ����������� Para (c)(1)(iv). Attachment Nr.:� 'N/A' ����������� Para (f)(2)(iii). 'N/A' 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors. 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7001, Buy American and Balance of Payments Program 252.225-7048 Export-Controlled Items 252.225-7974, Prohibition on Contracting with Persons that have Business Operations with the Maduro Regime (DEVIATION 2020-O0005) 252.227-7015, Technical Data--Commercial Items 252.227-7037, Validation of Restrictive Markings on Technical Data 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 252.243-7001 Pricing of Contract Modifications 252.244-7000, Subcontracts for Commercial Items 252.246-7008, Source of Electronic Parts 252.247-7023, Transportation of Supplies by Sea � Basic 5352.201-9101, Ombudsman is hereby incorporated into this solicitation.� The Ombudsman for this acquisition is Mr. Steven Ewers, 1864 4th Street, Wright-Patterson AFB OH 45433-7130, COMM:� (937) 255-5235; EMAIL: steven.ewers@us.af.mil Note that the clause at 252.232-7003 is included in this solicitation.� DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically.� All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures.� The DoD preferred electronic form for transmission is Wide Area Workflow � Receipt and Acceptance (see website � https://wawf.eb.mil).� Wide Area Workflow Training may be accessed online at http://www.wawftraining.com.� Please confirm in your quote that your company is able to submit electronic invoices as set forth in the clause. Note that the clause at 252.211-7003 is included in this solicitation.� Agency specific guidance is provided below: For proposed Line Item Numbers with a unit price ? $5,000, Vendors will be expected to supply Unique Item Identifier (UII/ UID) labels. UII/ UID component data elements should be marked on an item using two dimensional data matrix symbology that complies with ISO/IEC International Standard 16022, Information technology - International symbology specification - Data matrix; Error Checking and Correction 200 (ECC200) data matrix specification. (A)LABEL: If using Construct 1: Encode the two dimensional data matrix with CAGE CODE (Enterprise ID) and Serial #. If using Construct 2: Encode the two dimensional data matrix with CAGE CODE, Serial #, and Part/Lot/Batch #. Any costs associated in complying with these terms should be included as part of the firm fixed priced offer herein. The Defense Priorities and Allocations System (DPAS) rating DO-C9 has been assigned to this effort. All responsible organizations may submit a quote, which shall be considered.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b168020bcaf74187b85f2e60c7573d86/view)
 
Record
SN05682286-F 20200607/200605230147 (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 |
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.