Spray Paint Booth

expired opportunity(Expired)
From: Federal Government(Federal)
FA8751-18-Q-0538COMBINE

Basic Details

started - 14 Sep, 2018 (about 5 years ago)

Start Date

14 Sep, 2018 (about 5 years ago)
due - 19 Sep, 2018 (about 5 years ago)

Due Date

19 Sep, 2018 (about 5 years ago)
Bid Notification

Type

Bid Notification
FA8751-18-Q-0538COMBINE

Identifier

FA8751-18-Q-0538COMBINE
Department of the Air Force

Customer / Agency

Department of the Air Force
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.

 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; Quotes are being requested and a written solicitation (paper copy) will not be issued.  Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation.   Solicitation FA8751-18-Q-0538 is issued as a request for quote (RFQ).This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-100 and Defense Federal Acquisition Regulation Supplement Change Notice (DPN) 20180824.  See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein.This solicitation is issued as a total small
business set-aside.  The NAICS code is 332311 and small business size standard is 750 employees.The contractor shall provide the items detailed below on a BRAND NAME OR EQUAL, Firm Fixed Price basis.    CLIN 0001:    Spray paint boothQTY 1             Description:     8'T x 8'W x 15'L (i.d.) spray enclosure with 18GA or thicker galvanized steel; 3 Phase, 240 volt, 20 amp circuit; 3 HP/30" fan exhaust unit (8,050 CFM); spray-to-waste design with 3 stage filter system; true HEPA final filtration with HEPA filters mounted in galvanized steel frames; roof-mounted lighting protected by safety glass; fixtures accessible only from booth's exterior (Reliant Finishing Systems p/n PSE8815 or equal)   **UID REQUIRED**  The identified items reflect the minimum salient physical, functional, or performance characteristics that reflect the characteristics and level of quality that will satisfy the minimum Government requirement; however, the offeror may provide a solution equivalent to or exceeding the functional and performance characteristics of the identified items for technical acceptability evaluation. The items listed may be offered on a "brand name or equal basis" pursuant to FAR 52.211-6; part numbers are provided for reference only.   Offerors submitting a same-brand part number configuration equal to the minimum equipment assortment listed below, or submitting otherwise equal products, must provide technical information in sufficient detail to allow adequate and thorough technical evaluation of the proposed equal solution. The Government will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Government. The Government is not responsible for locating or obtaining any information not identified in the offer. Used, pre-owned, refurbished, or remanufactured goods will not be accepted. Items must be factory-new. Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice.   The anticipated delivery date is 30 days After Receipt of Order (ARO). All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination. The place of delivery, acceptance and FOB destination point is:  F4HBL1/Transportation Officer, Depot 2, 148 Electronic Pkwy, M/F: RIOLSC, Rome NY 13441-4516. The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition.  Addenda to the following paragraphs of 52.212-1 are:  (b) Quotes are due at or before 3PM, (Eastern Time) 19 September 2018.  Submit to:  AFRL/RIKO, Attn: Richard Childres, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to:  315-330-2555 or by email to richard.childres@us.af.mil.   Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items. (b)(4)  Submit a technical description of the items being offered.  (b)(12) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (g) Contract award. The Government intends to evaluate offers and award a contract without interchanges with offerors. 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 interchanges if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (k)  SAM.  Offerors must be registered in the SAM database to receive a contract award. If the Offeror does not become registered in the SAM database within 3 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror.  The provision at FAR 52.212-2, Evaluation -- Commercial Items applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers and are weighted equally.   (i) technical capability of the items offered to meet the Government requirement; (ii) price; All evaluation factors, when combined, are of equal importance.  Award will be made to the lowest priced, technically capable Offeror.  Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, Alternate I, and at 252.225-7020 -- Trade Agreements Certificate-Basic.  For your convenience all referenced certifications are attached to this solicitation. (ATTACHMENT 1)  The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition.  The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.219-6, Notice of Total Small Business Aside52.219-13, Notice of Set-Aside of Orders52.219-28, Post Award Small Business Program Re-representation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-50, Combating Trafficking in 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 following additional FAR and FAR Supplement provisions and clauses also apply:52.204-16, Commercial and Government Entity Code Reporting 52.204-18, Commercial and Government Entity Code Maintenance 52.204-19, Incorporation by Reference of Representations and Certifications 52.204-21, Basic Safeguarding of Covered Contractor Information Systems52.204-22, Alternative Line Item Proposal52.232-40, Providing Accelerated Payments to Small Business Subcontractors52.211-6, Brand Name or Equal52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.247-34, FOB Destination 252.203-7000, Requirements Relating to Compensation of Former DoD Officials252.203-7002, Requirement to Inform Employees of Whistleblower Rights252.203-7005, Representation Relating to Compensation of Former DoD Officials252.204-7003, Control of Government Personnel Work Product252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support252.211-7003, Item Identification and Valuation            Para. (c)(1)(i): N/APara. (c)(1)(ii): N/A Para. (c)(1)(iii):  N/APara. (c)(1)(iv):  N/APara. (f)(2)(iii): N/A252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors252.223-7008, Prohibition of Hexavalent Chromium252.225-7035, Buy American--Free Trade Agreements--Balance of Payments Program Certificate. 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program 252.225-7048 Export-Controlled Items 252.227-7013, Rights in Technical Data-Noncommercial Items252.227-7015, Technical Data--Commercial Items252.227-7037, Validation of Restrictive Markings on Technical Data252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payments252.239-7017, Notice of Supply Chain Risk252.239-7018, Supply Chain Risk252.243-7001 Pricing of Contract Modifications252.244-7000, Subcontracts for Commercial Items 252.246-7008, Source of Electronic Parts252.247-7023, Transportation of Supplies by Sea - Basic 252.247-7024, Notification of Transportation of Supplies by Sea 5352.201-9101, Ombudsman (AUG 2017) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Ms Lisette K. LeDuc, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 COM: 937-904-4407, email: lisette.leduc@us.af.mil. Alternate Ombudsman: Ms Kimberly L. Yoder, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 COM: 937-255-4967, email: kimberly.yoder@us.af.milThe following additional terms and conditions apply: Note that the clause at 252.232-7003 is included in this solicitation.  DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically.  All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures.  The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil).  Wide Area Workflow Training may be accessed online at http://www.wawftraining.com.  Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause.In accordance with DFARS 252.232-7006 Wide Area Workflow (WAWF) Payment Instructions- Vendors will be expected to have WAWF system capabilities. Guidance will be provided to the vendor with award of an order that will provide applicable codes for proper invoice submission. Note that the clause at 252.211-7003 is included in this solicitation.  CLIN 0001 requires UII/UID Labels.  Agency specific guidance is provided below: UII/ UID component data elements should be marked on an item using two dimensional data matrix symbology that complies with ISO/IEC International Standard 16022, Information technology - International symbology specification - Data matrix; Error Checking and Correction 200 (ECC200) data matrix specification. (A)LABEL:If using Construct 1: Encode the two dimensional data matrix with CAGE CODE (Enterprise ID) and Serial #.If using Construct 2: Encode the two dimensional data matrix with CAGE CODE, Serial #, and Part/Lot/Batch #. Any costs associated in complying with these terms should be included as part of the firm fixed priced offer herein.The Defense Priorities and Allocations System (DPAS) DO-C9All responsible organizations may submit a quote, which shall be considered.Contact Information: Richard C Childres, Contract Specialist, Phone 315-330-4194, Fax 315-330-2555, Email richard.childres@us.af.mil Office Address :26 Electronic Parkway Rome NY 13441-4514 Location: AFRL/RIK - Rome Set Aside: Total Small Business

AFRL/RIK - RomeLocation

Address: AFRL/RIK - Rome

Country : United StatesState : New York

You may also like

PLASMA SPRAY BOOTHS

Due: 08 May, 2024 (in 6 days)Agency: DEPT OF DEFENSE

PRE-SOLICITATION NOTICE - Prohesion Spray Testing to ASTM G85 and B117

Due: 10 May, 2024 (in 8 days)Agency: AGRICULTURE, DEPARTMENT OF

Classification

NAISC: 332311 GSA CLASS CODE: 54