1500C Split Rail Furnace

expired opportunity(Expired)
From: Federal Government(Federal)
FA860122Q0030

Basic Details

started - 07 Dec, 2021 (about 2 years ago)

Start Date

07 Dec, 2021 (about 2 years ago)
due - 20 Dec, 2022 (15 months ago)

Due Date

20 Dec, 2022 (15 months ago)
Bid Notification

Type

Bid Notification
FA860122Q0030

Identifier

FA860122Q0030
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (698165)DEPT OF THE AIR FORCE (59557)AFMC (17422)AIR FORCE LIFE CYCLE MANAGEMENT CENTER (4759)FA8601 AFLCMC PZIO (1035)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (2)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

COMBINED SYNOPSIS/SOLICITATION This combined synopsis/solicitation is expected to result in the award of a firm-fixed-price contract for the Air Force Institute Technology (AFIT), 1500C Split Rail Box Furnace as described under the requirements section of this combined synopsis/solicitation and accompanying requirements attachment. This combined synopsis/solicitation is 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 announcement constitutes the only combined synopsis/solicitation; proposals are being requested and a written solicitation will not be issued. An award, if any, will be made to the responsible Offeror whose offer conforms to the combined synopsis/solicitation and is most advantageous to the Government price and other factors considered.The combined synopsis/solicitation number for this requirement is FA8601-22-Q-0030 and is hereby issued as a Request
for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures.The associated North American Industrial Classification System (NAICS) code is 333994 with a small business size standard of 500 employees. This acquisition is set-aside 100% for Small Business Concerns and only qualified offerors may submit quotes.NAICS Code: 333994 – Furnaces, industrial and laboratory-type (except dental), manufacturingSmall Business Size Standard:  500 EmployeesThe comparative evaluation consists of these Contract Line Items Number (CLIN), which should be structured in Attachment 3: CLIN Structure, Clauses and Provisions.Acceptable means of Submission:  All submissions must be submitted electronically to the following email address mark.baker.29@us.af.mil by Monday, 20 December 2021 1:00 P.M. EST.Any correspondence sent via e-mail must contain the subject line “FA8601-22-Q-0030, 1500C Split Rail Furnace” The entire proposal must be contained in a single e-mail, unless otherwise approved, including attachments. Please note: due to the e-mail server, any e-mails that exceed 5 megabytes might not go through. E-mails with compressed files are not permitted.  Note that e-mail filters at Wright-Patterson Air Force Base are designed to filter e-mails without subject lines or with suspicious subject lines or content (i.e., .exe or .zip files).  Therefore, if the specified subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that .zip or .exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson.  If sending attachments with email, ensure only .pdf, .doc, .docx, .xls or .xlsx documents are sent.  The email filter may delete any other form of attachments. A confirmation email will be sent once the proposal is received. If you do not receive a confirmation e-mail within 24 hours of submitting the proposal, please call or e-mail the point of contact listed in the paragraph below.Submittal of proposals in response to this combined synopsis/solicitation constitutes agreement by the Offeror to all terms & conditions contained herein, which will also be the terms & conditions of any resulting contract.  It is the Offerors responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet website https://www.acquisition.gov.  The Government reserves the right to award without discussions or make no award depending upon the quality, price fairness, and price reasonableness of the proposals received. Delivery Schedule:                   delivery to be completed on or by 120 days after contract award.                                                                                                                                                Delivery Destination:              AFIT/ENY2950 Hobson Way, Bldg 640Wright Patterson AFB OH 45433-7765                                                                                                           Delivery Type:  FOB Destination (As defined in FAR 2.101—Definitions, the seller or consignor is responsible for the cost of shipping and risk of loss.)Inspection and Acceptance:  Both inspection and acceptance will be by the Government at Destination.Requirement:The Air Force Institute of Technology (AFIT) has a requirement for a new 1500C box furnace. Box furnaces are used to surround a specimen without touching the specimen. Two furnace halves ride on a horizontal rail and slide toward each half to encapsulate the specimen. The furnace is used to replicate high temperature environments. See the attached Statement of Work for more details on specifications, (Attachment 1).  The anticipated award is Firm-Fixed Price. Basis for Award: The Government will issue a purchase order to the responsible offeror whose quotation conforms to the solicitation and is the most advantageous to the Government, price and other factors considered.Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation, but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following:Technical or Quality: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government’s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation.Price: The Government will evaluate the price by adding the total of all line item prices, including all options.The proposals may be in any format but MUST include: 1.  Proposing company’s name, address, DUNS number, Cage Code, and TIN.2.  Point of contact’s name, phone, and email.3.  Proposal number & date.4.  Timeframe that the proposal is valid.5.  Individual item price.6.  Total price (Net 30), No Progress Payments.7.  Shipping (FOB Destination).8.  Completed copy of representations and certifications (Attachment 2)9. Itemized price-list which includes the dimensions and specification of each CLIN.Important Notice to Contractors:  Proposals MUST also contain a complete description of items offered and any technical manuals or literature to clearly show that the items meet or exceed the requirements outlined in the Statement of Work (Attachment 1). Important Notice to Contractors:  All prospective awardees are required to register at the System for Award Management (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 combined synopsis/solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests.  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 – Receipt and Acceptance (WAWF – RA) 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 http://www.wawftraining.com.  Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/.ADDITIONAL INSTRUCTIONS TO OFFERORSIn accordance with (IAW) FAR 52.251-1 the Contracting Officer may issue the Offeror an authorization to use Government supply sources in the performance of this contract.The following paragraphs in the provision at FAR 52.212-1-Instructions to Offerors-Commercial Items are tailored as follows:(a)    North American Industry Classification System (NAICS) code and small business size standard are as specified above.(b)   Submission of offers is as prescribed in the text of this combined synopsis/solicitation.Proposal Content:  Proposals shall consist of two separate parts, a technical proposal and a price proposal.Proposal Detail:  The proposal shall be clear, concise, and shall include sufficient detail for effective evaluation and for substantiating the validity of stated claims.  The proposal should not simply rephrase or restate the Government's requirements, but rather shall provide convincing rationale to address how the offeror intends to meet the listed requirements.  Offerors shall assume that the Government has no prior knowledge of their facilities and experience, and will base its evaluation on the information presented in the offer submitted.Embellishments Not Desired:  Elaborate brochures or documentation, binding, detailed artwork or other embellishments are unnecessary and are not desired. Technical Proposal:  Describe how the offeror will provide for the 1500C Split Rail Furnace as described in the SOW.CLIN Structure found in Attachment 3 and Provisions and Clauses can be found in Attachment 3.Attachments:Statement of WorkCLIN Structure, Provisions and ClausesPlease direct all questions to TSgt Mark Baker, mark.baker.29@us.af.mil.

Wright Patterson AFB ,
 OH  45433  USALocation

Place Of Performance : N/A

Country : United StatesState : OhioCity : WRIGHT PATTER

Classification

naicsCode 333994Industrial Process Furnace and Oven Manufacturing
pscCode 6640Laboratory Equipment and Supplies