Federal Bid

Last Updated on 14 Sep 2012 at 8 AM
Combined Synopsis/Solicitation
Wright patterson air force base Ohio

Aluminum Lid, Post and Fork Well Extrusions

Solicitation ID FA8601-12-T-0028
Posted Date 24 Aug 2012 at 6 PM
Archive Date 14 Sep 2012 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Wright patterson air force base Ohio United states 45433
This is a combined synopsis/solicitation for requires QTY: (30) Aluminum Lid Extrusions in 20 FT length sections, QTY: (50) Aluminum Post Extrusions in 20 FT length sections, and QTY: (40) Aluminum Fork Well Extrusions in 20 FT length sections. This combined synopsis/solicitation was prepared in accordance with the format in Federal Acquisition Requirements (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.

The solicitation number for this requirement is FA8601-12-T-0228 using FAR Subpart 13, Simplified Acquisition Procedures.

This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60, 26 July 2012.

This solicitation document is 100% Small Business Set-Aside under North American Industry Classification System Code (NAICS) 331316. Size standard is 750 employees.

The AFLCMC/PKO Operational Contracting Division, Wright-Patterson Air Force Base, Ohio intends to award a firm-fixed-price contract for the following requirements:

Requirements for the Extrusions:
FAR 52.219-6, Notice of Total Small Business Set-Aside

QTY(30) Lid Extrusions:
• Length: 20 Feet
• Material: Aluminum 6063-T6 per ASTM B221M (4.33 Kg/M)
• Specifications: See attached drawing No. 9095085, "Lid Extrusion"
• Notes:
     o Interpret drawing IAW MIL-STD-100
     o Radii (R): 3.0mm, unless stated otherwise
     o Wall Thickness: 3.0mm, unless otherwise noted
     o Extrusion Tolerances IAW ANSI/AA H35.2(M), unless stated otherwise
     o All conversions from Metric to English shall be IAW ANSI/ASTM SI 10
• Shipping: FOB: Destination
• Payment: Net 30 days after receipt and acceptance of items

QTY(50) Post Extrusions:
• Length: 20 Feet
• Material: Aluminum 6063-T6 per ASTM B221M (1.56 Kg/M)
• Specifications: See attached drawing No. 9095086, "Post Extrusion"
• Notes:
     o Interpret drawing IAW MIL-STD-100
     o Radii (R): 3.0mm, unless stated otherwise
     o Wall Thickness: 3.0mm, unless otherwise noted
     o Extrusion Tolerances IAW ANSI/AA H35.2(M), unless stated otherwise
     o All conversions from Metric to English shall be IAW ANSI/ASTM SI 10
• Shipping: FOB: Destination
• Payment: Net 30 days after receipt and acceptance of items

QTY(40) Fork Well Extrusions:
• Length: 20 Feet
• Material: Aluminum 6063-T6 per ASTM B221M (6.55 LBS/FT)
• Specifications: See attached drawing No. 8992269, "Forkwell Extrusion"
• Notes:
     o Interpret drawing IAW MIL-STD-100
     o Radii (R): 3.0mm, unless stated otherwise
     o Wall Thickness: 3.0mm, unless otherwise noted
     o Extrusion Tolerances IAW ANSI/AA H35.2(M), unless stated otherwise
     o All conversions from Metric to English shall be IAW ANSI/ASTM SI 10
• Shipping: FOB: Destination
• Payment: Net 30 days after receipt and acceptance of items
Quotations need to adhere to FAR 52.212-1, Instructions to Offerors - Commercial; and include a completed FAR 52.212-3, Representations and Certifications. The Government's preferred method is Online Representations and Certifications. In addition the reps and cert in FAR 52.212-3 fill-in must be completed and returned with quote. This can be accomplished by registering in SAM at https://sam.gov and completing the on-line Representations and Certifications.

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: Technical Capability and Price.

The quotations may be in any format but MUST include:
1) Proposing company's name, address, Tax ID Number, Cage Code and phone
2) Point of contact's name, phone, and email
3) Quotation number & date
4) Item price
5) Total price (Net 30)
6) Shipping (FBO: Destination)
7) Applicable discounts
8) Timeframe that the quote is valid
9) Delivery Schedule
10) Warranty Information (if applicable).
11) Completed FAR 52.212-3, Representations and Certifications
12) Completed DFARS 252.209-7999


Quotations MUST also contain a complete description of item offered to clearly show item meets or exceeds the requirements listed above. The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the offeror. Before price is considered, the proposal must meet the technical capabilities.


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. CCR can be accessed at https://www.sam.gov. Any award resulting from this 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/.

It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil.

The following provisions are incorporated by reference and apply to this acquisition:
FAR 52.212-1, Instructions to Offerors -- Commercial
FAR 52.212-2, Evaluation Factors [the fill in portion of this clause is: technical and price]
FAR 52.212-3, Representations and Certifications


The following clauses are incorporated by reference and apply to this acquisition:
FAR 52.212-4, Contract Terms and Conditions -- Commercial Items
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items:

FAR 52.219-6, Notice of Total Small Business Set Aside
FAR 52.219-28, Post Award Small Business Program Representation
FAR 52.222-3, Convict Labor
FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies
FAR 52.222-21, Prohibition of Segregated Facilities
FAR 52.222-26, Equal Opportunity
FAR 52.222-36, Affirmative Action for Workers with Disabilities
FAR 52.222-50, Combating Trafficking in Persons
FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving
FAR 52.225-13, Restrictions on Certain Foreign Purchases
FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration
FAR 52.233-3, Protest After Award
FAR 52.233-4, Applicable Law for Breach of Contract Claim


DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items:
DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials
DFARS 252.225-7001, Buy American Act and Balance of Payments Program
DFARs 252.232-7003 Electronic Submission of Payment Requests

DFARS 252.232-7006, Wide Area Workflow Payment Instructions


All quotations and responses must be received no later than 1400 (2:00 pm), Eastern Standard Time on Thursday 30 August 2012. Submittal of quotes in response to this RFQ constitutes agreement by the offeror of all terms & conditions contained herein, which will also be the terms & conditions of resulting contract. Please email to [email protected] via a PDF compatible attachment or to:


AFLCMC/PKOAA
Attn: Chad Hines
1940 Allbrook Drive, Room 109
WPAFB, Ohio 45433-5344

Any questions should be directed to Chad Hines at [email protected].

 

 

Bid Protests Not Available

Similar Past Bids

Location Unknown 22 Jul 2009 at 7 PM
Wright patterson air force base Ohio 19 Feb 2015 at 9 PM
Wright patterson air force base Ohio 26 Feb 2015 at 9 PM
Wright patterson air force base Ohio 22 Aug 2012 at 1 PM
Wright patterson air force base Ohio 07 Sep 2017 at 6 PM