REQUEST FOR QUOTATION (RFQ)
NPTU Shackles
N5046720rcbg831
The 628th Contracting Squadron is soliciting quotations on the item(s) listed below. Please complete this form and submit your offer to:
Attn: A1C Thomas Hembree
Tel No: (843) 963-3310
E-mail: [email protected]
ITEM #
SUPPLIES/SERVICES
MAXIMUM ESTIMATED QTY
U/I
Unit Price
Extended Amount
0001
Anchor Safety Bolt 3.0 inch shackles
In accordance with specifications listed below
21
EA
$___________
$__________
0002
Chain Safety Bolt 2.75 inch shackles
7
EA
$___________
$__________
TOTAL COST- Including Shipping
(FOB DESTINATION)
$___________________
RFQ Responses Due: 9 Sept 2020, no later than 2:00 PM EST Set-aside: Small Business
NAICS: 332111 Size Standard: 750 Employees
Vendor Name: _______________________________________________________________________
Address: ____________________________________________________________________________
Phone____________________________________ Fax: _________________________________
Quoted by: ______________________________ Title: _________________________________
Delivery Date: ____________________________ Warranty: ______________________________
Cage Code: _______________________________ Duns: _________________________________
Tax ID: __________________________________ E-mail: ________________________________
Business Size: ___________________ ________ Discount Terms: _________________________
FOB: Period of Performance: _
GSA Schedule #:___________________________ Date Quoted: ____________________________
Specifications
I. OBJECTIVE: The objective of these specifications is to meet the requirement that NPTU on Joint Base Charleston has requested.
II. REQUIREMENT SPECIFICATIONS
Requirements:
Procure and deliver the following mooring components:
Item 1
Twenty one (21) Anchor Safety Bolt 3.0 inch shackles model G-2140 (stock number 1021192) manufactured by Crosby. Shackles shall be galvanized with a single nut and securing cotter pin. Minimum safe working load limit of 120 tons.
Proof testing: Each shackle shall be proof tested to twice the safe working load and held for a minimum of one (1) minute. Shackle shall be inspected after the test to be free of damages and deformations. A test certificate shall be issued for each device tested.
Additional info:
In addition, please see the attached product info sheets where I highlighted our critical dimensions that must be met on the “Crosby Shackle Cut Sheet.pdf” file for the critical dimensions and capacities needed for these shackles to meet our needs.
Item 2
Seven (7) Chain Safety Bolt 2.75 inch shackles, single nut configuration, heavy lift marine towing shackle manufactured by SeaLink. Shackles shall have drilled nut and pin with securing stainless steel bolt and nut. Shackle bolt configuration is not to exceed 13 inches total length, refer to figure below. Any cut surfaces on the bolt shall be coated with cold galvanizing compound. Minimum safe working load limit of 104 tons.
Proof testing: Each shackle shall be proof tested to twice the safe working load and held for a minimum of one (1) minute. Shackle shall be inspected after the test to be free of damages and deformations. A test certificate shall be issued for each device tested.
Photographs: Contractor will provide photographs to the technical point of contact, documenting the shackle pin dimensions shown in the figure above prior to shipment.
Additional Info
In addition, please see the attached product info sheets where I highlighted our critical dimensions that must be met, on the “Sea Link Shackles.pdf” file for the critical dimensions and capacities needed for these shackles to meet our needs.
OR Equal.
COmbined Synopsis/Solicitation for Commercial ITEMS
The synopsis/solicitation reference number is N5046720rcbg831 and is being issued as a Request for Quote (RFQ). The RFQ format is attached to this combination synopsis/solicitation that will be used to submit quotes.
Chain Safety Bolt 2.75 inch shackles to include shipping. Please see attached Request for Quote (RFQ) document for specific items and quantities, as well as the requirement specifications under section II.
The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil)
FAR 52.212-1, Instructions to Offerors - Commercial Items
FAR 52.212-2, Evaluation - Commercial Items
FAR 52.212-3 Offeror Representations and Certifications – Commercial Items
The clause at FAR 52.212-4, Contract Terms and Conditions—Commercial Items, applies to this acquisition.
The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (DEVIATION), applies to this acquisition.
52.211-6 -- Brand Name or Equal
Brand Name or Equal (Aug 1999)
(a) If an item in this solicitation is identified as “brand name or equal,” the purchase description reflects the characteristics and level of quality that will satisfy the Government’s needs. The salient physical, functional, or performance characteristics that “equal” products must meet are specified in the solicitation.
(b) To be considered for award, offers of “equal” products, including “equal” products of the brand name manufacturer, must—
(1) Meet the salient physical, functional, or performance characteristic specified in this solicitation;
(2) Clearly identify the item by—
(i) Brand name, if any; and
(ii) Make or model number;
(3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and
(4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification.
(c) The Contracting Officer will evaluate “equal” products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer.
(d) Unless the offeror clearly indicates in its offer that the product being offered is an “equal” product, the offeror shall provide the brand name product referenced in the solicitation.
FAR 52.209-10 – Prohibition on Contracting With Inverted Domestic Corporations
FAR 52.222-21 -- Prohibition of Segregated Facilities.
FAR 52.222-50 -- Combating Trafficking in Persons.
FAR 52.225-1, Buy American Act - Supplies Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products.
FAR 52.232-33, Payment by Electronic Funds Transfer—System for Award Management
(xii) The following additional clauses are applicable to this procurement (not all inclusive):
FAR 52.211-17, Delivery of Excess Quantities
FAR 52.204-7, System for Award Management
FAR 52.204-7 Alt 1, System for Award Management – Alternate 1
FAR 52.204–23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab or Other Covered Entities
FAR 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations
FAR 52.219-6, Notice of Total Small Business Set-Aside
FAR 52.219-28, Post Award Small Business Representation
FAR 52.225-13, Restrictions on Certain Foreign Purchases
FAR 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (DEVIATION)
FAR 52.233-3, Protest After Award.
FAR 52.253-1, Computer Generated Forms
DFARS 252.204-7004, Alternate A. System for Award Management
DFARS 252.225-7001, Buy American Act and Balance of Payments Program
DFARS 252.225-7002, Qualifying Country Sources as Subcontractors
DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. The WAWF routing information will be provided upon award.)
DFARS 252.232-7006, Wide Area Workflow Payment Instructions
DFARS 252.246-7000, Material Inspection and Receiving Report
AFFARS 5352.201-9101 Ombudsman
5352.201-9101 OMBUDSMAN
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.
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).
If resolution cannot be made by the contracting officer, the interested party may contact the ombudsmen, Ms. Susan Madison, AFICA OL AMC, 507 Symington Drive, Scott AFB, IL 62225-5022, 618-229-0267, fax 618-256-6668, email: [email protected]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman levels, 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.
The ombudsman has no authority to render a decision that binds the agency.
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)
(xiii) Defense Priorities and Allocations System (DPAS): N/A
(xiv) Responses to this combined synopsis/solicitation must be received via email, by 09 Sept 2020, no later than 2:00 PM EST. Requests should be marked with solicitation number N5046720rcbg831.
(xv) Questions can be addressed to A1C Thomas Hembree, Contract Specialist, at (843) 963-3310 email [email protected] and CC SSgt Ryan Smith, Contracting Officer, at (843) 963-8765, email [email protected].
For more opportunities, visit https://beta.sam.gov/ Also see: http://www.sba.gov