Industrial Hydraulic Shear with Removal/Installation Service
Agency: | DEPT OF DEFENSE |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159216802447190 |
Posted Date: | May 23, 2023 |
Due Date: | May 31, 2023 |
Solicitation No: | FA487723QA267 |
Source: | https://sam.gov/opp/ab0c28c355... |
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.
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
- Original Published Date: May 23, 2023 12:06 pm PDT
- Original Date Offers Due: May 31, 2023 12:00 pm PDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Jun 15, 2023
-
Initiative:
- None
- Original Set Aside:
- Product Service Code: 3445 - PUNCHING AND SHEARING MACHINES
-
NAICS Code:
- 333517 - Machine Tool Manufacturing
-
Place of Performance:
Tucson , AZ 85707USA
COMBO SYNOPSIS - SOLICITATION
Industrial Hydraulic Shear Removal/Installation
- 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; proposals are being requested and a written solicitation will not be issued.
- Solicitation FA4877-23-Q-A267 is issued as a Request for Quotation (RFQ).
- The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02 effective 03/16/2023. The DFARS provisions and clauses are those in effect to DPN 04/27/2023 effective 04/27/2023. The AFFARS provisions and clauses are those in effect to AFAC 05/08/2023 effective 05/08/2023. The Wage Determination 2015-5473 Revision #19 Dated 12/27/2022 will be incorporated into the final contract award
- The associated North American Industrial Classification System (NAICS) code for this procurement is 333517 with a small business size standard of 500 employees. This requirement is issued as full and open competition.
- The contractor shall provide all parts, tools, equipment, materials, transportation, personnel, labor, supervision, and management to perform removal and installation services for the Industrial Hydraulic Shear at 309 AMARG, at Davis-Monthan Air Force Base (DMAFB) Tucson AZ.
- The government intends to award a firm-fixed price contract for the Industrial Shear that meets or exceeds minimum requirements as outlined in Attachment 2- Salient Characteristics Document and associated removal/installation services outlined in Attachment 3 – Statement of Work.
- Requested installation services shall be performed at B7441 located on the 309 AMARG Complex. All associated deliveries must be coordinated with the designated AMARG point of contact.
- FAR 52.212-1 Instructions to Offerors -- Commercial Items (Mar 2023) is hereby incorporated by reference, with the same force and effect as if it were given in full text. The following 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 pricing proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation.
Technical Acceptability, at a minimum, is defined as providing the Industrial Shear that meets or exceeds minimum requirements as outlined in the Salient Characteristics Document and associated removal/installation services in accordance with the attached Statement of Work. 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 technical and price 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.
3. 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—
- The Offeror has entered all mandatory information, including the DUNS number or the DUNS+4 number, the Contractor and Government Entity (CAGE) code, as well as data required by the Federal Funding Accountability and Transparency Act of 2006 (see Subpart 4.14), into the SAM database; and
- The offeror has completed the Core, Assertions, and Representations and Certification, and Points of contact sections of the registration in the SAM database;
- The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS). The Offeror will be required to provide consent for TIN validation to the Government as a part of the SAM registration process.
- The Government has marked the record “Active”. (b)
- By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation.
- 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 that identifies the offeror’s name and address exactly as stated in the offer. The DUNS number will be used by the Contracting Officer to verify that the offeror is registered in the SAM database.
- If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one.
-
- An offeror may obtain a DUNS number—
-
-
- Via the internet at http://fedgov.dnb.com/webform or if the offeror does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or
-
-
-
- If located outside the United States, by contacting the local Dun and Bradstreet office. The offeror should indicate that it is an offeror for a U.S. Government contract when contacting the local Dun and Bradstreet office.
-
-
- The offeror should be prepared to provide the following information:
-
-
- Company legal business name.
-
-
-
- Trade style, doing business, or other name by which your entity is commonly recognized.
-
-
-
- Company physical street address, city, state and Zip Code.
-
-
-
- Company mailing address, city, state and Zip Code (if separate from physical).
-
-
-
- Company telephone number.
-
-
-
- Date the company was started.
-
-
-
- Number of employees at your location.
-
-
-
- Chief executive officer/key manager.
-
-
-
- Line of business (industry).
-
-
-
- Company Headquarters name and address (reporting relationship within your entity).
-
- If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror.
- Processing time, which normally takes 48 hours, should be taken into consideration when registering. Offerors who are not registered should consider applying for registration immediately upon receipt of this solicitation.
- Offerors may obtain information on registration at https://www.acquisition.gov.
- FAR 52.212-2 Evaluation -- Commercial Items (Nov 2021) is hereby incorporated by reference, with the same force and effect as if it were given in full text. The following have been tailored to this procurement and are hereby added via addenda:
-
- 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:
Factor 1: Price – The contractor’s Firm Fixed-Prices under each CLIN shall be evaluated for fairness and reasonableness, pursuant to regulation.
Factor 2: Technical – The offeror’s technical quote will be evaluated based on the Technical Factors stated below. Technical Acceptability will be rated as either Technically Acceptable or Not Technically Acceptable. In order to be considered Technically Acceptable, the contractor’s quote must meet all of the following Technical Factors:
Technical Sub-Factor 1: Adherence to Salient Characteristics. The offeror must confirm product’s specifications meet or exceed the requirements within the attached Salient Characteristics Document.
Technical Sub-Factor 2 Statement of Work: The offeror shall confirm ability to perform removal and installation services IAW Manufacturer specifications and Attachment 3 – Statement of Work.
- Each offeror shall include a completed copy of the provision at FAR 52.212-3 and Alternate I, Offeror Representations and Certifications--Commercial Items (Dec 2022); or confirmation of registration in www.sam.gov with access to complete Reps & Certs.
- The clause at FAR 52.212-4, Contract Terms and Conditions – Commercial Items (Dec 2022), is hereby incorporated by reference, with the same force and effect as if it were given in full text.
- The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders – Commercial Items (Dec 2022), is hereby incorporated by reference, with the same force and effect as if it were given in full text.
- 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):
www.acquisition.gov
Additionally, the following clauses and provisions apply to this acquisition:
FAR 52.203-3
Gratuities
Apr 1984
FAR 52.203-12
Limitation On Payments To Influence Certain Federal Transactions
Jun 2020
FAR 52.204-4
Printed or Copied Double-Sided on Postconsumer Fiber Content Paper
May 2011
FAR 52.204-7 (P)
System for Award Management
Oct 2018
FAR 52.204-8 (P)
Annual Representation and Certifications
Mar 2023
FAR 52.204-10
Reporting Executive Compensation and First-Tier Subcontract Awards
June 2020
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 (see Attachment 2)
Aug 2020
FAR 52.204-21
Basic Safeguarding of Covered Contractor Information Systems
Nov 2021
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 52.217-5
Evaluation of Options
July 1990
FAR 52.217-8
Option to Extend Services
Nov 1999
FAR 52.217-9
Option to Extend the Term of the Contract
Mar 2000
FAR 52.219-8
Utilization of Small Business Concerns
Oct 2022
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 52.222-26
Equal Opportunity
Sep 2016
FAR 52.222-35
Equal Opportunity for Veterans
Jun 2020
FAR 52.222-36
Equal Opportunity for Workers With Disabilities
Jun 2020
FAR 52.222-37
Employment Reports on Veterans
Jun 2020
FAR 52.222-40
Notification of Employment Rights under the National Labor Relations Act
Dec 2010
FAR 52.222-50
Combating Trafficking in Persons
Nov 2021
FAR 52.223-6
Drug-Free Workplace
May 2001
FAR 52.223-18
Encouraging Contractor Policies to Ban Text Messaging While Driving
Jun 2020
FAR 52.225-13
Restrictions on Certain Foreign Purchases
Feb 2021
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 52.237-2
Protection of Government Buildings, Equipment, and Vegetation
Apr 1984
FAR 52.242-13
Bankruptcy
Jul 1995
FAR 52.244-6
Subcontracts for Commercial Items
Mar 2023
FAR 52.247-34
F.O.B. – Destination
Nov 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-
7003
Control of Government Personnel Work Product
Apr 1992
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 252.215-
7008 - (P)
Only One Offer
Dec 2022
DFARS 252.225-
7048
Export Controlled Items
Jun 2013
DFARS 252.223-
7008
Prohibition of Hexavalent Chromium
Jan 2023
DFARS 252.232-
7003
Electronic Submission of payment Requests and receiving reports
Jun 2012
DFARS 252.232-
7006
Wide Area Workflow Payment Instructions (See Full Text Attachment 3)
Dec 2018
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
Jan 2023
AFFARS 5352.201-
9101
Ombudsman
Oct 2019
AFFARS 5352.242-
9000
Contractor Access To Air Force Installations
Oct 2019
- An optional site-visit will be held on Wednesday, 31 May 2023 at 1530, Arizona Local Time. Interested parties whom would like to attend MUST notify the Points of Contact no later than (NLT) Tuesday, 30 May 2023 by 1400 to confirm attendance. Site visit attendees shall meet at the Davis-Monthan Air Force Base Visitor’s Center outside of the Craycroft Road gate at no later than 1445 in a non-commercial vehicle.
- Site Visit Procedures. In order to gain access to the installation, all site visit attendees must bring current driver’s license identification, current vehicle registration, current vehicle insurance, and personal social security number. Failure to meet or provide any of the items above shall result in the denial of installation access and reschedule requests shall be denied.
- NOTICE TO ALL INTERESTED PARTIES: All vendor questions shall be submitted by Thursday, 1 Jun 2023 at 10:00AM Pacific Standard Time to: 355th Contracting Squadron/PK-AMARG, Attn: Patricia Murray and Rachelle Jenkins, via e-mail: patricia.murray.6@us.af.mil rachelle.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 Wednesday, 7 Jun 2023; quotes shall include the following:
- Part 1- Technical Acceptability - Submit one (1) copy of technical capability narrative, limit to 10 pages.
- Part 2- Price – Submit one (1) copy of price schedule, limited to 10 pages.
- Part 3- Representations And Certifications (Reps/Certs) – Submit IAW para (x) above
CONTRACT DOCUMENTS, EXHIBITS OR ATTACHMENTS
Attachment #:
Item Description:
Page(s):
1
CLIN Pricing Schedule
1
2
Salient Characteristics
3
3
Statement of Work
2
4
Existing Shear Site Location Photos
2
- CP 520 228 3131 3180 S CRAYCROFT RD BLDG 2525
- DAVIS MONTHAN AFB , AZ 85707-3522
- USA
- Patricia Murray
- patricia.murray.6@us.af.mil
- Phone Number 5202282212
- Rachelle L Jenkins
- rachelle.jenkins.3@us.af.mil
- Phone Number 5202283598
- May 23, 2023 12:06 pm PDTCombined Synopsis/Solicitation (Original)
- May 04, 2023 08:58 pm PDT Sources Sought (Inactive)
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.