SOLICITATION NOTICE
66 -- Arnold Force Press
- Notice Date
- 2/8/2022 6:35:12 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- FA2263 AFLCMC WNMK HEATH OH 43056-6116 USA
- ZIP Code
- 43056-6116
- Solicitation Number
- FA226322Q0004
- Response Due
- 3/3/2022 11:00:00 AM
- Archive Date
- 09/30/2022
- Point of Contact
- Christine Patterson, Kathryn Vaccaro
- E-Mail Address
-
christine.patterson.1@us.af.mil, kathryn.vaccaro@us.af.mil
(christine.patterson.1@us.af.mil, kathryn.vaccaro@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Solicitation Amendment 7 February 2022 The following question(s) have been received for Request for Quote (RFQ) FA226322Q0004, Arnold Force Press.� For prompt response, please note that any communications regarding this RFQ should reference FA226322Q0004 and be submitted to christine.patterson.1@us.af.mil or kathryn.vaccaro@us.af.mil. Question: �With regard to RFQ�FA226322Q0004, Arnold Force Press, I am hoping to understand system uncertainties, and maybe even get the discussion going as 0.02% from 10% to 100% ascending and descending is a tough task. Question is how to meet these specifications. Typically, 0.02% is achievable at 20% of capacity, not using combined curves. How does the Air Force evaluate quotes? My concern is this is not achievable based on the following rough numbers: Primary Lab 0.002% - no issue. ASTM E74 0.005% of full scale, this means that at 10% it will be 0.05% that pushes the unit out immediately. For the system to be 0.02% at 10% requires the llf to be better than 0.002% at FS. In reality, the Purchase Description calls for the load cell to be better than 0.001% at full scale to meet 0.01% at 10%. Sensitivity 0.003% of applied. Drift 0.005% - over the range this might be best-case. Stability 1 part in 50,000 is 0.002% at capacity�and 0.02% at 10%. This one could be 1 part in 100,000 though that�s still 0.01% at 10%. Using multiple standards, there is no good way to exercise the UUT back to full capacity and make the descending measurements. Timing will be an issue with standard changes and the overall uncertainty will likely exceed 0.02% easily.� Answer: Paragraph 2.4 states: ""System Uncertainty: Shall not exceed 0.02% of standard load cell capacity from 10% to 100% of standard load cell capacity for each standard load cell listed in paragraph 6.1."" This is a percent of Full Scale uncertainty, not percent of reading. For example, when using a 50K load cell, the system uncertainty shall not exceed 0.02% of 50K (10 lbf) from 5000 lbf to 50,000 lbf.��Please also keep in mind the requirements of paragraph 2.4.1: 50K Standard: In addition to paragraph 2.4, the 50K standard shall also meet 0.03% of reading from 20,000 to 30,000 lbf.� Please see Attachment 5 - AFP Max System Uncertainty for additional information.�� All other Solicitation terms and conditions remain unchanged.�� This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation (FAR), Department of Defense Federal Acquisition Regulation Supplement (DFARS), and the Air Force Federal Acquisition Regulation Supplement (AFFARS). These regulations are available electronically at the Air Force FAR site, https://acquisition.gov/content/regulations. This announcement constitutes the only solicitation for which a Request for Quotation (RFQ) will be issued.� It is the offeror's responsibility to monitor this site for the release of amendments (if any). The RFQ number is FA226322Q0004 and shall be referenced on any offer submitted. The North American Industry Classification System (NAICS) code for this acquisition is 334516 and the business size standard is 1,000 employees. This RFQ is being solicited as a 100% Small Business Set-Aside. AFMETCAL at Heath OH intends to award a firm fixed price contract under Simplified Acquisition Procedures (SAP) in accordance with FAR Part 13-Simplified Acquisition Procedures and FAR Part 12-Acquisition of Commercial Items, for the purchase of Arnold Force Press, associated data, and a three-year OEM warranty. Products offered shall be commercial items or commercially available off-the shelf (COTS) items meeting the definitions in FAR Part 2.� Items proposed shall be new units.� Reconditioned, remanufactured, or used items are not acceptable and shall not be proposed.� The unit must meet the requirements of Purchase Description (PD) 22M-612A-FO Rev. 1 dated 16 September 2021 included in List of Attachments, Attachment 1, attached to the RFQ.� The RFQ and DD 1423 Data Requirements are available for download at this site.� Please review ALL documents carefully. IMPORTANT NOTICE TO OFFERORS:� All prospective awardees are required to register at SAM and to maintain active registration during the life of the contract.� SAM can be accessed at https://www.sam.gov.� Any award resulting from this solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.� Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form.� Wide Area WorkFlow (WAWF) through Procurement Integrated Enterprise Environment (PIEE) is the DoD system of choice for implementing this statutory requirement.� Use of the basic system is at no cost to the contractor.� Contractors must complete vendor training, which is also available at no cost at https://wawf.eb.mil.� Prior to submitting invoices in the production system, contractors must register for an account at https://wawf.eb.mil/. Notice to offerors: �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. Offers MUST: (1) be valid for a period of 120 days, (2) be for the items described in the PD (List of Attachments, Attachment 1), (3) be for new units (not reconditioned, remanufactured, or used unit), (4) be FOB Destination to Arnold AFB, TN, (5) include a delivery schedule, if unable to meet delivery schedule in Deliveries and Performance section, (6) include name of and be signed by an authorized company representative along with telephone number, facsimile number, and email address, (7) include taxpayer identification number (TIN), CAGE Code Number and DUNS Number, (8) include a technical proposal that includes a written line-by-line response to the PD, (9) include a copy of the three-year OEM warranty, (10) include completed Supplies or Services and Price/Cost section, (11) include a completed Total Evaluated Price Worksheet (Attachment 4), (12) completed FAR 52.212-3, Offeror Representations and Certifications � Commercial Items.� Offerors shall ensure information in SAM is current. The Government reserves the right to incorporate the successful offeror�s technical proposal into any contract resulting from this solicitation. Offers must be received no later than 3 March 2022 at 2:00 PM EST.� Offerors shall submit electronic files to DoD SAFE, https://safe.apps.mil following the instructions provided in Instructions to Offerors (Attachment 3) of the RFQ, under Electronic Proposal Submission.� Offers submitted in forms other than through DoD SAFE are not permissible and will not be considered.� Please note that the uploaded files must be timestamped by the offer due date and time.� Offerors bear the risk for receipt of submitted offers being untimely.� Offerors shall allow sufficient time for receipt of electronic submissions by the due date and time.� All responsible sources may submit an offer, which if received timely, shall be considered by this agency.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a57ff274b4e54d238aa40fa188748560/view)
- Place of Performance
- Address: Heath, OH 43056, USA
- Zip Code: 43056
- Country: USA
- Zip Code: 43056
- Record
- SN06236754-F 20220210/220209211721 (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 |