SOLICITATION NOTICE
48 -- HVA High Vacuum HV Gate Valve
- Notice Date
- 12/13/2023 1:57:32 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332911
— Industrial Valve Manufacturing
- Contracting Office
- FA9453 AFRL RVK KIRTLAND AFB NM 87117 USA
- ZIP Code
- 87117
- Solicitation Number
- FA945324QX004
- Response Due
- 1/3/2024 3:00:00 PM
- Archive Date
- 01/18/2024
- Point of Contact
- Tyler Breedlove, Paige Thompson, Phone: 5058462070
- E-Mail Address
-
tyler.breedlove.1@spaceforce.mil, paige.thompson@spaceforce.mil
(tyler.breedlove.1@spaceforce.mil, paige.thompson@spaceforce.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- SOLICITATION NOTICE: Requirement Title:������������������������ HVA High Vacuum HV Gate Valve Solicitation Number:��������������������� RFQ � 1670463 Solicitation Issue Date:��� ������������� 13 December 2023 Response Deadline:����������������������� 03 January 2024 no later than 1600 hours (MST) Points of Contacts:������������������������ Tyler Breedlove / tyler.breedlove.1@spaceforce.mil �/ 505-853-2989 Alternate POC:��������������� ������������� Same info as previous Contracting Officer:��������������������� Paige Thompson / paige.thompson@spaceforce.mil �/ 505-846-2070 ��������������������������������������������������������� (Please email) GENERAL INFORMATION 1. This is a combined synopsis/solicitation notice for commercial product/services 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 is a request for information (RFQ).�� 2.� This solicitation is being issued as a(n):� Request for Quote (RFQ). 3.� This acquisition is set-aside 100% for Small Business Competition. 4. �North American Industry Classification System Code (NAICS) is 332911 � Industrial Valve Manufacturing. 5.� The size standard of 750 employees. All qualified small businesses under this industry are encouraged to submit quotes. 6. This announcement falls under GSA and SAM. REQUIREMENT INFORMATION Description: Quantity: 1 Requirements: ISO-500 High Vac automatic vacuum gate valve. ID=20� +/- ISO standard.� Must work with ISO HV Centering Ring (holds O-ring seal) OD = 27.5� +/- whatever.� The ID & BC are the critical dimensions. Bolt Circle, BC = 25�.� This will match exactly our CIT-Cryo-Torr 500 pump.� See Attachment 1. Bolt size = 1� (or 24mm or 25mm).� Coarse thread pitch.� Taped into the valve flange. Surface = flat.� The CTI pump has an O-ring grove.� Throttleable, i.e., able to stop at intermediate opening. Fit into a constrained environment will be a consideration, therefor CAD drawings are essential. Stainless Steel or Aluminum are both acceptable. Indicators for full open/close. Bidirectional vacuum hold. Place of Delivery/Performance/Acceptance/FOB Point: F.O.B. Destination: Kirtland AFB, New Mexico 87117 (exact customer address will be provided in the resulting contract). INSTRUCTIONS TO OFFERORS FAR provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. As prescribed in FAR 12.301(b)(1), the following addendum is provided for this solicitation and hereby amends any language therein: 1. Questions may be submitted to the POCs, and Contracting Officer listed above no later than 02 January 2024.� Questions submitted after this date may not be answered. 2.� Quotes in response to this solicitation must be submitted via email to the POC and Contracting Officer listed above no later than the established deadline. 3. Product must be available on the OPEN MARKET PRICING. Quotes must contain the following information below, including the GSA Contract Number, if possible: Company Name: ���������������������������������������������������������������� Point of Contact: Address:������������������������������������������������������������������������������ Telephone Number: Discount Terms:����������������������������������������������������������������� SAM Registered: Yes/No Small Business: Yes/No����������������������������������������������������� DUNS # CAGE #������������������������������������������������������������������������������� Estimated Delivery Date: Signature / Date: ���������������������������������������������������������������� Printed Name: EVALUATION CRITERIA (a) 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: i � Technical Acceptability, technical evaluation team will evaluate by assigning a rating of �acceptable� or �unacceptable�.� The Government will evaluate a minimum of three (3) lowest priced offers for technical acceptability in accordance with the solicitation. If none of the lowest three (3) are technically acceptable, the Government will evaluate the next three (3) lowest priced proposals until one proposal is technically acceptable, or until all offers have been evaluated. Only those proposals considered technically acceptable will receive further consideration for award.� Once a proposal is deemed acceptable, all technical proposals are considered equal. Provide the most optimal Delivery Schedule. Quote must be in US Dollars. ii � Price � Price will be evaluated on a comparative basis amongst all received quotations and the Government�s estimate. CLAUSES AND PROVISIONS FAR provision 52.212-3, Offeror Representations and Certifications � Commercial Items with an Alternate I applies to this acquisition; the offeror verifies by submission of their offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation. FAR clause 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition; the following checked clauses are hereby included by reference: 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 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 provisions and clauses listed below have been determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. All provisions and clauses are available at https://www.acquisition.gov/. The following provisions and clauses are hereby included by full text or by reference as prescribed: 52.204-7, System or Award Management 52.211-6, Brand Name of Equal To 52.247-34, F.O.B Destination 252.232-7006, Wide Area Workflow Payment Instructions ATTACHMENTS Attachment 1 � Bolt Circle Drawing
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d0487e98bc8c4a38ac3d54402876d838/view)
- Place of Performance
- Address: Kirtland AFB, NM 87117, USA
- Zip Code: 87117
- Country: USA
- Zip Code: 87117
- Record
- SN06911407-F 20231215/231213230044 (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 |