Arizona Bids > Bid Detail

AMARG Industrial Band Saws

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 32 - Woodworking Machinery and Equipment
Opps ID: NBD00159087897486041
Posted Date: May 17, 2023
Due Date: May 25, 2023
Solicitation No: FA487723QA217
Source: https://sam.gov/opp/eee95eb276...
Follow
AMARG Industrial Band Saws
Active
Contract Opportunity
Notice ID
FA487723QA217
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
ACC
Office
FA4877 355 CONS PK
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: May 17, 2023 12:29 pm PDT
  • Original Date Offers Due: May 25, 2023 12:00 pm PDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jun 09, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 3220 - WOODWORKING MACHINES
  • NAICS Code:
    • 333243 - Sawmill, Woodworking, and Paper Machinery Manufacturing
  • Place of Performance:
    Tucson , AZ 85707
    USA
Description

COMBINED SYNOPSIS/SOLICIATION ‘COMBO’: Industrial Band Saws

(i)This is a combined synopsis/solicitation for commercial items prepared in accordance withthe format in FAR Subpart 12.6, as supplemented with additional information included in thisnotice. This announcement constitutes the only solicitation; proposals are being requested and awritten solicitation will not be issued.

(ii)Solicitation FA4877-23-Q-A217 is issued as a Request for Quotation (RFQ).

(iii)The solicitation document and incorporated provisions and clauses are those in effect throughFederal Acquisition Circular 2023-02 effective 03/16/2023. The DFARS provisions and clausesare those in effect to DPN 04/27/2023 effective 04/27/2023. The AFFARS provisions andclauses are those in effect to AFAC 05/08/2023 effective 05/08/2023.

(iv)The associated North American Industrial Classification System (NAICS) code for thisprocurement is 333243 with a small business standard of 500 employees. This requirement isbeing posted as a 100% small business set-aside.

(v)The Pricing Schedule is incorporated below. Offerors shall complete in its entirety and returnwith any other documentation/data as required by this Combo.

CLIN

DESCRIPTION

QTY

UNIT

UNIT PRIC

TOTAL PRICE

0001

Industrial Band Saws - meeting or exceeding all outlined specificaitons in the attached Salient Characteristics.Delivery on or before 30 Sep 2023

4

EA

(vi) The government intends to award a firm-fixed price contract for 4 EA Industrial Band Saws to the vendor offering the lowest technically acceptable priced product which meets or exceeds all requirements as listed in Attachment 1- Salient Characteristics Document.Notice to Offeror(s): At this time the Air Force is not accepting used or refurbished products to meet this requirement. Valid offers shall include all applicable shipping/freight charges to FOB destination 309 AMARG Tucson, AZ.

(vii)Delivery of 4 Industrial Band Saws shall be FOB Destination to Davis-Monthan AFB,Tucson AZ. Contractor shall include delivery schedule information in the Pricing Scheduleincorporated above.

(viii)FAR 52.212-1 Instructions to Offerors -- Commercial Items (Mar 2023) is herebyincorporated by reference, with the same force and effect as if it were given in full text. Thefollowing have been tailored to this procurement and are hereby added via addenda:

1.To assure timely and equitable evaluation of the proposal, the offeror must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation.2.Specific Instructions: The response shall consist of two (2) separate parts: Part I – Technical Capability/Authorized Distributor confirmation and Part II – Price Proposal.a.PART 1- TECHNICAL CAPABILITY - Submit one (1) copy of technical capability narrative to include product specification sheet showing the proposed meets the outline specifications, limit to 10 pages.b.PART 2- PRICE – Submit one (1) copy of price schedule any additional documentation is limited to 10 pages.3.Award will be made to the offeror whose offer is conforming to the solicitation and is determined to be the lowest price technically acceptable.

Technical Acceptability, at a minimum, is defined as confirming ability to provide 4 Industrial Band Saws that meet or exceed all requirements as outlined on Attachment 1- Salient Characteristics Document. A product specifications sheet should be including for each product offered. Price and technical acceptability will be considered. The Government intends to evaluate offers and award without discussion, but reserves the right to conduct discussions. 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. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.

4.System for Award Management Registration.

(a)Definitions. As used in this provision—

“Data Universal Numbering System (DUNS) number” means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities.

“Data Universal Numbering System+4 (DUNS+4) number” means the DUNS number means the number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional System for Award Management records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same concern.

“Registered in the System for Award Management (SAM) database” means that—

(1)The Offeror has entered all mandatory information, including the DUNS number or theDUNS+4 number, the Contractor and Government Entity (CAGE) code, as well as data requiredby the Federal Funding Accountability and Transparency Act of 2006 (see Subpart 4.14), into theSAM database; and

(2)The offeror has completed the Core, Assertions, and Representations and Certification, andPoints of contact sections of the registration in the SAM database;

(3)The Government has validated all mandatory data fields, to include validation of theTaxpayer Identification Number (TIN) with the Internal Revenue Service (IRS). The Offeror willbe required to provide consent for TIN validation to the Government as a part of the SAMregistration process.

(4)The Government has marked the record “Active”.

(b)

(1)By submission of an offer, the offeror acknowledges the requirement that a prospectiveawardee shall be registered in the SAM database prior to award, during performance, andthrough final payment of any contract, basic agreement, basic ordering agreement, or blanketpurchasing agreement resulting from this solicitation.

(2)The offeror shall enter, in the block with its name and address on the cover page of its offer,the annotation “DUNS” or “DUNS+4” followed by the DUNS or DUNS+4 number thatidentifies the offeror’s name and address exactly as stated in the offer. The DUNS number willbe used by the Contracting Officer to verify that the offeror is registered in the SAM database.

(c)If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly toobtain one.

(1)An offeror may obtain a DUNS number—

(i)Via the internet at http://fedgov.dnb.com/webform or if the offeror does not have internetaccess, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or

(ii)If located outside the United States, by contacting the local Dun and Bradstreet office. Theofferor should indicate that it is an offeror for a U.S. Government contract when contacting thelocal Dun and Bradstreet office.

(2)The offeror should be prepared to provide the following information:

(i)Company legal business name.

(ii)Tradestyle, doing business, or other name by which your entity is commonly recognized.

(iii)Company physical street address, city, state and Zip Code.

(iv)Company mailing address, city, state and Zip Code (if separate from physical).

(v)Company telephone number.

(vi)Date the company was started.

(vii)Number of employees at your location.

(viii)Chief executive officer/key manager.

(ix)Line of business (industry).

(x)Company Headquarters name and address (reporting relationship within your entity).

(d)If the Offeror does not become registered in the SAM database in the time prescribed by theContracting Officer, the Contracting Officer will proceed to award to the next otherwisesuccessful registered Offeror.

(e)Processing time, which normally takes 48 hours, should be taken into consideration whenregistering. Offerors who are not registered should consider applying for registrationimmediately upon receipt of this solicitation.

(f)Offerors may obtain information on registration at https://www.acquisition.gov.

(ix)FAR 52.212-2 Evaluation -- Commercial Items (Nov 2021) is hereby incorporated byreference, with the same force and effect as if it were given in full text. The following have beentailored to this procurement and are hereby added via addenda:

(a)The Government will award a contract resulting from this solicitation to the responsibleofferor 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 capability to offer the requested product to meet the Governmentrequirement;

(ii)price;

All proposals will be reviewed for technical acceptability. If found technically acceptable award will be made to the offeror who is found to provide the best value technical approach and price considered. If found technically unacceptable no further consideration will be made. Past Performance may be evaluated. 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. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.

(x)Each offeror shall include a completed copy of the provision at FAR 52.212-3 and AlternateI, Offeror Representations and Certifications--Commercial Items (Dec 2022); or confirmation ofregistration in www.sam.gov with access to complete Reps & Certs.

(xi)The clause at FAR 52.212-4, Contract Terms and Conditions – Commercial Items (Dec2022), is hereby incorporated by reference, with the same force and effect as if it were given infull text.

(xii)The clause at FAR 52.212-5, Contract Terms and Conditions Required To ImplementStatutes Or Executive Orders – Commercial Items (Mar 2023), is hereby incorporated byreference, with the same force and effect as if it were given in full text.

(xiii)52.252-1 -- Solicitation Provisions Incorporated by Reference.

Solicitation Provisions Incorporated by Reference (Feb 1998)

This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):

http://acquisition.gov

Additionally, the following clauses and provisions apply to this acquisition:

FAR 52.204-7

System for Award Management

Oct 2018

FAR 52.204-13

System for Award Management Maintenance

Oct 2018

FAR 52.204-16 (P)

Commercial and Government Entity Code Reporting

Aug 2020

FAR 52.204-17 (P)

Ownership or Control of Offeror

Aug 2020

FAR 52.204-18

Commercial and Government Entity Code Maintenance

Aug 2020

FAR 52.204-20 (P)

Predecessor of Offeror

Aug 2020

FAR 52.204-21

Basic Safeguarding of Covered Contractor Information Systems

Nov 2021

FAR 52.204-22

Alternative Line Item Proposal

Jan 2017

FAR 52.209-6

Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment

Nov 2021

FAR 52.209-10

Prohibition on Contracting with Inverted Domestic Corporations

Nov 2015

FAR 52.209-11 (P)

Representation by Corporations Regarding Delinquent Tax Liability or a felony conviction under any federal law

Feb 2016

FAR 52.219-1

Small Business Program Representations

Oct 2022

FAR 52.219-1 Alt I

Small Business Program Representations Alternate I

Sep 2015

FAR 52.219-6

Notice of Total Small Business Set-Aside

Nov 2020

FAR 52.219-8

Utilization of Small Business Concerns

Oct 2022

FAR 52.219-13

Notice of Set-Aside Orders

Mar 2020

FAR 52.219-28

Post-Award Small Business Program Representation

Mar 2023

FAR 52.222-3

Convict Labor

Jun 2003

FAR 52.222-19

Child Labor – Cooperation with Authorities and Remedies

Dec 2022

FAR 52.222-21

Prohibition of Segregated Facilities

Apr 2015

FAR 52.222-22

Previous Contracts and Compliance Reports

Feb 1999

FAR 52.222-25

Affirmative Action Compliance

April 2015

FAR 52.222-26

Equal Opportunity

Sep 2016

FAR 52.222-36

Affirmative Action for Workers With Disabilities

Jun 2020

FAR 52.222-50

Combating Trafficking in Persons

Nov 2021

FAR 52.223-18

Encouraging Contractor Policies to Ban Text Messaging While Driving

Jun 2020

FAR 52.223-22

Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation

Dec 2016

FAR 52.225-13

Restrictions on Certain Foreign Purchases

Feb 2021

FAR 52.225-18 (P)

Place of Manufacture

Aug 2018

FAR 52.225-25

Prohibition on Contracting With Entities Engaging in Certain Activities or Transactions Relating to Iran – Representation and Certifications

Jun 2020

FAR 52.232-1

Payments

Apr 1984

FAR 52.232-11

Extras

Apr 1984

FAR 52.232-23

Assignment of Claims

May 2014

FAR 52.232-25

Prompt Payment

Jan 2017

FAR 52.232-33

Payment by Electronic Funds Transfer – System for Award Management

Oct 2018

FAR 52.232-39

Unenforceability of Unauthorized Obligations

Jun 2013

FAR 52.232-40

Providing Accelerated Payments to Small Business Subcontractors

Mar 2023

FAR 52.233-1

Disputes

May 2014

FAR 52.233-3

Protest After Award

Aug 1996

FAR 52.233-4

Applicable Law for Breach of Contract Claim

Oct 2004

FAR 52.243-1

Changes-Fixed-Price

Aug 1987

FAR 52.246-15

Certificate of Conformance

Apr 1984

FAR 52.246-17

Warranty of Supplies of a Noncomplex Nature

June 2003

FAR 52.247-34

F.O.B. – Destination

Nov 1991

FAR 52.249-1

Termination for Convenience of the Government (Fixed-Price)

(Short Form)

Apr 1984

FAR 52.253-1

Computer Generated Forms

Jan 1991

DFARS 252.203-7000

Requirements Relating to Compensation of Former DoD Officials

Sep 2011

DFARS 252.203-7005

Representation Relating to Compensation of Former DoD Officials

Sep 2022

DFARS 252.204-7004

Level I Antiterrorism Awareness Training for Contractors

Jan 2023

DFARS 252.204-7008

Compliance with Safeguarding Covered Defense Information Controls

Oct 2016

DFARS 252.204-7012

Safeguarding Covered Defense Information and Cyber Incident Reporting

Jan 2023

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

May 2019

DFARS 252.211-7008

Use of Government-Assigned Serial Numbers

Sep 2010

DFARS 252.215-7008 - (P)

Only One Offer

Dec 2022

DFARS 252.225-7012

Preference for Certain Domestic Commodities

Apr 2022

DFARS 252.225-7048

Export Controlled Items

Jun 2013

DFARS 252.227-7015

Technical Data – Commercial Items

Mar 2023

DFARS 252.227-7037

Validation of Restrictive Markings on Technical Data

Jan 2023

DFARS 252.223-7008

Prohibition of Hexavalent Chromium

Jan 2023

DFARS 252.232-7003

Electronic Submission of payment Requests and receiving reports

Dec 2018

DFARS 252.232-7006

Wide Area Workflow Payment Instructions

Jan 2023

DFARS 252.232-7010

Levies on Contract Payments

Dec 2006

DFARS 252.243-7001

Pricing of Contract Modifications

Dec 1991

DFARS 252.243-7002

Request For Equitable Adjustment

Dec 2022

DFARS 252.244-7000

Subcontracts for Commercial Items and Commercial Components (DoD Contracts)

Jan 2023

DFARS 252.247-7022

Representation of Extent of Transportation by Sea

Jun 2019

DFARS 252.247-7023

Transportation of Supplies by Sea--Basic

Jan 2023

AFFARS 5352.201-9101

Ombudsman

Oct 2019

AFFARS 5352.242-9000

Contractor Access To Air Force Installations

Oct 2019

(xiv)NOTICE TO ALL INTERESTED PARTIES: Any questions shall be submitted by Friday, 19 May 2023 at 2:00 PM Pacific Standard Time to: 355th Contracting Squadron/PK-AMARG, Attn: Patricia Murray and Rachelle Jenkins, via e-mail: patricia.murray.6@us.af.milrachelle.jenkins.3@us.af.mil . An amendment will be issued providing the Government’s answers to all questions received. Quotes are due no later than NOON Pacific Standard Time on Thursday, 25 May 2023; quotes shall include the following:a.Part 1- TECHNICAL CAPABILITY - Submit one (1) copy of technical capability narrative, limit to 10 pages. Must include specifications sheet for the product to confirm the item meets or exceeds required specs as outlined on Attachment 1- Salient Characteristics Document.b.Part 2- PRICE – Submit one (1) copy of price schedule/quote - any additional documentation is limited to 10 pages.c.Part 3- Representations And Certifications (Reps/Certs) – Submit IAW para (x) above

CONTRACT DOCUMENTS, EXHIBITS OR ATTACHMENTS

Atch #: Item Description: Page(s):

1 Salient Characteristics Document 2


Attachments/Links
Contact Information
Contracting Office Address
  • CP 520 228 3131 3180 S CRAYCROFT RD BLDG 2525
  • DAVIS MONTHAN AFB , AZ 85707-3522
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • May 17, 2023 12:29 pm PDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >