Federal Bid

Last Updated on 11 Jan 2024 at 8 PM
Combined Synopsis/Solicitation
Hill air force base Utah

5-Axis Simultaneous CNC Mill

Solicitation ID FA8227-24-Q-AXIS
Posted Date 11 Jan 2024 at 8 PM
Archive Date 27 Feb 2024 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa8227 Air Force Materiel Command Ol H Pzimb
Agency Department Of Defense
Location Hill air force base Utah United states 84056

Combined Synopsis/Solicitation

  1. This is a combined synopsis/solicitation for the acquisition of commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this announcement. This announcement constitutes the only solicitation; a written solicitation will not be issued.

  1. Solicitation Number: FA8227-24-Q-AXIS

This solicitation is issued as a request for quotation (RFQ).

  1. This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2023-06.

Contracting Officer's Business Size Selection

SB set-aside

NAICS Code

423830

Small Business Size Standard

100 Employees

CLIN

Nomenclature

UI

QTY

0001

Mazak Variaxis C-600 5-Axis Vertical Machining Center

EA

1

0002

Spindle Speed 15000RPM CAT40 Big Plus

EA

1

0003

30 Tool Cat Magazine

EA

1

0004

PN: APPLICASU10 On Site Application Support

EA

4

0005

Work Piece Air Blast

EA

1

0006

PN: NO0D2280J0 Auto Pecking Cycle with Load Detection

EA

1

0007

LNS Turbo Left Side Discharge Hinge Chip Conveyor

EA

1

0008

Renishaw RPM600 Radio Work Measuring System

EA

1

0009

Maximum Program Size 32MB

EA

1

0010

Mist Collector (GX1000)

EA

1

0011

Manual Pulse Generator (wired)

EA

1

0012

71 PSI (5KG) Coolant through Spindle System

EA

1

0013

Smooth Set and Inspection Kit

EA

1

0014

EIA/ISO Conversion

EA

1

0015

Smooth Engraving Function

EA

1

0016

Tool Cutting Point Control (G43.8/G43.9)

EA

1

0017

Renishaw Onsite Familiarization for Part Probe & Tool

Calibration

EA

1

0018

Work Setting Error Compensation (G54.4)

EA

1

0019

Smooth AI Spindle

EA

1

0020

Electrical Control Box UL Standard (408V)

EA

1

0021

5-Axis Machining Package for Smootha

EA

1

0022

Additional Work Light (LED)

EA

1

0023

PN: X7141921059 Renishaw RMP600 QE Radio Work Measuring System

EA

1

0024

Rigging for C-600 into Bldg 100 & Anchoring to include

Freight

EA

1









 

  1. Description of  item(s) to be acquired:

The contractor shall provide requested products to 809 MXSS located at Hill AFB, Utah. Please reference the attached document for detailed specifications.

  1. Dates and Place of Delivery:

7278 4th Street

Bldg.100 Bay D

HAFB, Ut 84056

Delivery is to be completed within 8 MONTHS after receipt of order (ARO). FOB Destination.

  1. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offers are due by 12 February 2024 at 1100 MT via electronic mail to [email protected]
    1. Provide Cage code and SAM UEI when submitting bid.

  1. 52.212-2: Evaluation -- Commercial Items

(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) price;

(ii) technical capability of the item offered to meet the Government requirement;

               

Based on the quote, the offerors need to meet the requirements on the product description found in the Solicitation.

(b) Evaluation is on Lowest Price Technically Acceptable (LPTA) basis. All offers will be evaluated on their proposed Total Price. The contract will be awarded to the company with lowest price, which also fully meets all specifications.. Only the lowest priced proposal will be evaluated for technical acceptability (to be based on the specifications). The next lowest offer will only be evaluated if the aforementioned offer is not found technically acceptable (and so on). Only one award will be made under this solicitation.  Award will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified Acquisition Procedures. Submit only written offers; oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM). 

(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

  1. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer.

  1. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and a statement regarding any addenda to the clause.

  1. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (Jan 2014)

OTHER FAR CLAUSES AND PROVISIONS

52.203-6                Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).

52.204-7                System for Award Management

52.204-10              Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note).

52.204-27              Prohibition on a ByteDance Covered Application. (June 2023)

52.209-6                Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug, 2013) (31 U.S.C. 6101 note).

52.219-3                Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011) (15 U.S.C. 657a).

52.219-6                Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644).

52.219-8                Utilization of Small Business Concerns (MAY 2014) (15 U.S.C. 637(d)(2) and (3).

52.219-9                Small Business Subcontracting Plan (July 2013) (15 U.S.C. 637(d)(4)).

52.219-14             Limitations on Subcontracting (NOV 2011) (15 U.S.C. 637(a)(14)).

52.222-3                Convict Labor (IAW FAR 22.202)(JUN 2003)

52.222-19             Child Labor—Cooperation with Authorities and Remedies (JAN 2014) (E.O. 3126). 

52.222-21              Prohibition of Segregated Facilities (IAW FAR 22.810(a)(1))(FEB 1999)

52.222-26              Equal Opportunity (IAW FAR 22.810(e)) (MAR 2007)

52.222-35              Equal Opportunity for Veterans (Jul 2014)(38 U.S.C. 4212).

                52.222-36              Equal Opportunity for Workers with Disabilities (July 2014) (29 U.S.C. 793).

52.222-37              Employment Reports on Veterans (July 2014) (38 U.S.C. 4212).

52.222-40             Notification of employees rights under the national labor relations act (DEC 2010)

52.222-50             Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)).

52.223-18              Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O.13513).

52.225-1                Buy American--Supplies (May 2014) (41 U.S.C. chapter 83)

52.225-13              Restrictions on Certain Foreign Purchases (June 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).

52.232-33              Payment by Electronic Funds Transfer—System for Award Management (July 2013) (31 U.S.C. 3332).

52.233-3                Protest After Award (AUG 1996)

52.233-4                Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78).

52.252-2                Clauses incorporated by reference

52.252-6                Authorized Deviations in clauses

252.204-7004      Alternate A, System for Award Management

252.232-7003      Electronic Submission of Payment request and Receiving reports

252.232-7006      Wide Area WorkFlow Payment instructions

5352.201-9101    Ombudsman

(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official.

Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.    

(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions). 

(c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Ms. Kayla Marshall, 6038 Aspen Ave,

Bldg 1289 Upstairs, Hill AFB, UT 84056, Phone: (801) 777-6549, [email protected]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431.

(d) The ombudsman has no authority to render a decision that binds the agency. 
(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer 

(End of clause)

  1. Additional Contract Requirement or Terms and Conditions:

N/A

  1. Defense Priorities and Allocations System (DPAS):

N/A

  1. Proposal Submission Information:

All questions or comments must be sent to Audrey Lee by email at [email protected], NLT 1500 MST, 25 January 2024. Offers are due by 12 February 2024 at 1100 MT via electronic mail to [email protected]

  1. For additional information regarding the solicitation contact Audrey Lee or Costadena Bournakis at [email protected].

Notice to Offerors:

The Government intends to award a Firm Fixed Price contract for this requirement. The Government reserves the right to cancel this solicitation, either before or after the closing date.  In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.

Bid Protests Not Available

Similar Past Bids

Hill air force base Utah 31 Jan 2024 at 10 PM
Hill air force base Utah 12 Mar 2024 at 9 PM
Location Unknown 20 Oct 2009 at 2 PM
Location Unknown 15 Oct 2021 at 4 AM
Location Unknown 27 Jul 2021 at 4 AM