Solicitation/Purchase Requisition Number F2KBAA4325A002 is issued as a Request for Quote (RFQ). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-79, 15 Dec 2014.
The Government contemplates award of a firm-fixed price contract resulting from this solicitation for the following Contract Line Item Numbers (CLIN):
CLIN 0001: High Capacity Linear Stage
200mm (8) Travel
Resolution: 0.08 microns
Horizontal load capacity: 250 lbs
Lifting capacity: 80 lbs
Size 23 stepper motor, 2.8 Amps/Phase
Max velocity: 25mm/sec
Zero backlash leadscrew, 4mm lead
English interface plate
QUANTITY: 2
UNIT OF ISSUE: Each
MANUFACTURER: Newmark Systems Inc OR EQUAL
MFG. P/N: NLS8-200-101 OR EQUAL
DESIRED DELIVERY: 4 weeks ARO
FOB: Destination
Inspection and Acceptance: Destination
CLIN 0002: Vertical assembly bracket for 200mm linear stages
QUANTITY: 1
UNIT OF ISSUE: Each
MANUFACTURER: Newmark Systems Inc OR EQUAL
MFG. P/N: 250018
DESIRED DELIVERY: 4 months ARO
FOB: Destination
Inspection and Acceptance: Destination
CLIN 0003: 4 Axes Stepper Motor Controller
Communication interface; RS-323 and Ethernet
Input voltage: 100-260 VAC
Includes: Power supply, motor drives, software and all required cables
QUANTITY: 1
UNIT OF ISSUE: Each
MANUFACTURER: Newmark Systems Inc OR EQUAL
MFG. P/N: NSC-G4
DESIRED DELIVERY: 4 months ARO
FOB: Destination
Inspection and Acceptance: Destination
CLIN 0004: Shipping Costs to Kirtland Air Force Base
NOTE: Please provide a BRAND NAME OR EQUAL quote for the item(s) below. If an "or equal" quote is submitted, the proposal will be sent to the technical advisor for compatibility and verification. Any offeror providing an "or equal" product shall thoroughly describe how their product meets all the required characteristics listed. Failure to do so will make that offeror non-responsive and will not be considered for award.
In accordance with the FAR 13.106-1(a)(2), offerors are notified that award will be made on the basis of best value. Best value shall be determined by price and technical capability. Offerors will be evaluated in accordance with FAR 13.106-2.
Offers may be submitted via: mail to AFNWC/PZIA, ATTN: Chad Mintz, 8500 Gibson Blvd. SE, Bldg 20202, Rm. 137, Kirtland AFB, NM 87117; fax to (505) 846-4262 ATTN: Chad Mintz; or email to [email protected]. Electronic documents shall be submitted in .pdf, .doc, or .xls. Communication containing documents in any other format, including .zip, may be blocked or stripped by the Government's server and may not be received by this office.
ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the System for Award Management (SAM) Database in order to receive payment for products/services rendered to the Government as the result of an award. If you are not registered you may request an application at (334) 206-7828 or though the SAM website at https://www.sam.gov.
All payments are to be paid via the Internet through the Wide Area Workflow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment.
The following provisions and clauses apply to this procurement:
FAR 52.204-7, System for Award Management
FAR 52.204-13, System for Award Management Maintenance
FAR 52.211-6, Brand Name or Equal
FAR 52.212-1, Instructions to Offerors - Commercial Items
FAR 52.212-3 Alt I, Offeror Representations and Certification-Commercial Items (all offerors shall include a completed copy of this provision with their proposal unless electronically filed in System for Award Management)
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. [in paragraphs (b) and (c) the following clauses apply: 52.219-6, 52.219-28, 52.222-3; 52.222-19; 52.222-21, 52.222-26, 52.223-18, 52.225-13, 52.232-33]
FAR 52.219-1, Alt I, Small Business Program Representations
FAR 52.232-39, Unenforceability of Unauthorized Obligations
DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights
DFARS 252.203-7005, Representation Relating Compensation of Former DoD Officials
DFARS 252.204-7003, Control of Government Personnel Work Product
DFARS 252.204-7004 Alt A, System for Award Management
DFARS 252.204-7011, Alternative Line Item Structure
DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information
DFARS 252.223-7008, Prohibition of Hexavalent Chromium
DFARS 252.225-7000, Buy American Statute-Balance of Payments Program Certificates
DFARS 252.225-7001, Buy American and Balance of Payments Program
DFARS 252.225-7002, Qualifying Country Sources as Subcontractors
DFARS 252.225-7048, Export-Controlled Items
DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
DFARS 252.232-7006, Wide Area Workflow Payment Instructions
DFARS 252.232-7010, Levies on Contract Payments
DFARS 252.243-7001, Pricing of Contract Modification
DFARS 252.244-7000, Subcontracts for Commercial Items
DFARS 252.247-7023, Transportation of Supplies by Sea
AFFARS 5352.223.9000, Elimination of Use of Class I Ozone Depleting Substances (ODS)
The following full text provisions and clauses apply to this procurement:
FAR 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: Price and technical capability of the item offered to meet the Government requirement.
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(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.
(End of Provision)
FAR 52.252-1, 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): http://farsite.hill.af.mil
FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998). This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil
FAR 52.252-5 -- Authorized Deviations in Provisions (Apr 1984)
As prescribed in 52.107(e), insert the following provision in solicitations that include any FAR or supplemental provision with an authorized deviation. Whenever any FAR or supplemental provision is used with an authorized deviation, the contracting officer shall identify it by the same number, title, and date assigned to the provision when it is used without deviation, include regulation name for any supplemental provision, except that the contracting officer shall insert "(Deviation)" after the date of the provision.
(a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision.
(b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.
(End of Provision)
5352.201-9101 Ombudsman
DFARS 252.209-7993, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2014 Appropriations.
Include the attached provision in all solicitations that will use funds appropriated by the Department of Defense Appropriations Act, 2014 and by the Military Construction and Veterans Affairs and Related Agencies Appropriations Act, 2014 (Pub. L. 113-76, Divisions C and J), including solicitations for the acquisition of commercial items under FAR part 12.
REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2014 APPROPRIATIONS
(DEVIATION 2014-OO0009) (FEB 2014)
(a) In accordance with sections 8113 and 8114 of the Department of Defense Appropriations Act, 2014, and sections 414 and 415 of the Military Construction and Veterans Affairs and Related Agencies Appropriations Act, 2014 (Public Law 113-76, Divisions C and J), none of the funds made available by those divisions (including Military Construction funds) may be used to enter into a contract with any corporation that-
(1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or
(2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government.
(b) The Offeror represents that-
(1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability,
(2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.
(End of provision)
AFFARS 5352.201-9101 OMBUDSMAN (APR 2014)
(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 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 OMB Circular A-76 competition performance decisions).
(c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM, AFISRA ombudsmen, or
AFNWC Ombudsmen:
Ms. Jeannine Kinder AFNWC/PZ E-Mail: [email protected]
Phone: (505) 846-1924 Fax: (505) 846-0122
Mr. Anthony Kaiser AFNWC/PZC E-Mail: [email protected]
Phone: (505) 853-7666
Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU, AFISRA level, or AFNWC level may be brought by the concerned 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.