Combined Synopsis/Solicitation
Requirement Title: Pneumatic Chuck Kit
Solicitation Number: W50S8C-20-Q-0009
Solicitation Issue Date: Wednesday, 26 August 2020
Response Deadline: Thursday, 03 September 2020 no later than 3:00 PM Pacific Standard Time (PST)
Purchasing Office: 152 MSG/MSC
1776 National Guard Way
Reno, NV 89502
Point(s) of Contact: Contracting Officer - Alex Norris / [email protected] (775) 788-4663
General Information
1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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.
2. This solicitation is being issued as a(n) Request For Quotation (RFQ).
3. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisiton Circular 2020-08 , Defense Federal Regulation Public Notice 20200605 , and Army Federal Acquisition Circular 19 August 2020 The North American Industry Size Classification System (NAICS) code associated with this requirement is 333515
4. This requirement is solicited under, total small business set-aside , will be used in accordance with FAR 19.000(b).
Requirement Information
Description:
The Nevada Air National Guard has a requirement to purchase a Pneumatic Chuck Kit for a CNC Lathe: 10 inch 3 jaw MK4 chuck with flatback mount and 1.5X60 degree jaws, A5 adapter, lever control package for air power chucks, foot pedal control package for air power chucks to include shipping.
Place of Delivery/Performance/Acceptance/FOB Point:
F.O.B. Destination; Nevada Air National Guard based located at 1776 National Guard Way Reno NV 89502.
Line Item Description Quantity Unit of Measure
0001 Pneumatic Chuck Kit to include shipping, see details below 1 Each
Instructions to Offerors
FAR provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. As prescribed in FAR 12.301(b)(1), the following addendum is provided for this solicitation and hereby amends any language therein:
1. Quotes in response to this solicitation must be submitted no later than 3 September 2020 at 3:00 PM PST. Quotes must be submitted via email to [email protected].
2. All price quotations may be submitted on Attachment 1 - Quote Sheet and it must be filled in entirely, or equivalent vendor alternative offer.
3. A completed copy of FAR 52.204-24 Representation is required with quote.
Evaluation Criteria
FAR Provision 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. As prescribed in FAR 12.301(c), the following addendum is provided for this solicitation and hereby amends any language therein:
(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 - Price will be evaluated on a comparative basis amongst all received quotations, and the Government's estimate. Evaluation of price will consider the total of the prices, as the sum of the prices of all contract line items (CLINs). Each CLIN price will be evaluated as the quantity multiplied by the unit price, rounded to the nearest cent.
To be acceptable the products quoted above shall meet the following salient, physical, functional, or performance characteristics and include the product specification sheet or cut-sheet:
Pneumatic Chuck Kit for a CNC Lathe: 10 inch 3 jaw MK4 chuck with flatback mount and 1.5X60 degree jaws, A5 adapter, lever control package for air power chucks, foot pedal control package for air power chucks. Pricing shall include shipping/ delivery to 152 MXG, 1776 National Guard Way Reno NV 89502.
A completed copy of FAR 52.204-24 Representation is required with quote.
The evaluation will consider all aspects and will be determined for best value.
(b) The Government intends to make an award without conducting communications. However, the Government reserves the right to enter into communications with some, all or none of the vendors regarding their quote at any time during the evaluation if deemed in the best interest of the Government.
Clauses and Provisions
FAR provision 52.212-3, Offeror Representations and Certifications -- Commercial Items with alternate I applies to this acquisition; the offeror verifies by submission of their offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation.
FAR clause 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition.
FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition; the following checked clauses are hereby included by reference:
52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I
52.203-13, Contractor Code of Business Ethics and Conduct
52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards
52.209-6, Protecting the Government's Interest When Subcontracting with Contractors
Debarred, Suspended, or Proposed for Debarment
52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters
52.222-17, Nondisplacement of Qualified Workers
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 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 provisions and clauses listed below have been determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. The following provisions and clauses are hereby included by reference:
52.203-18, Prohibition on Contracting with Entities that require certain internal confidentiality agreements or statements-rep
52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
52.204-7 System for Award Management
52.204-9, Personal Identity Verification of Contractor Personnel
52.204-13, System for Award Management Maintenance
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
52.204-22, Alternative Line Item Proposal
52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities
52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment
52.204-26, Covered Telecommunications Equipment or Services--Representation
52.209-7, Systems Information Regarding Responsibility Matters
52.209-10, Prohibition on Contracting with Inverted Domestic Corporations
52.211-17, Delivery of Excess Quantity
52.219-6 (Dev), Notice of Total Small Business Set-Aside (DEVIATION 2019-O0003)
52.219-28, Post Award Small Business Program Representation
52.222-3, Convict Labor
52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons
52.223-15, Energy Efficiency in Energy-Consuming Products
52.232-39, Unenforceability of Unauthorized Obligations
52.232-40, Providing Accelerated Payments to Small Business Subcontractors
52.233-3, Protest After Award
52.233-4, Applicable Law for Breach of Contract Claim
52.247-34, F.O.B. Destination
52.252-2, Clauses incorporated by Reference
52.252-6, Authorized Deviations in Clauses
252.203-7000, Requirements Relating to Compensation of Former DoD Officials
252.203-7002, Requirement to Inform Employees of Whistleblower Rights
252.203-7005, Representation Relating to Compensation of Former DoD Officials
252.204-7000, Disclosure of Information
252.204-7003, Control Of Government Personnel Work Product
252.204-7006, Billing Instructions
252.204-7008, Compliance With Safeguarding Covered Defense Information Controls
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting
252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support
252.204-7016, Covered Defense Telecommunications Equipment or Services--Representation
252.204-7017, Prohibition on the acquisition of covered Defense Telecommunications Equipment or Services--Representation
252.204-7018, Prohibition on the acquisition of covered Defense Telecommunications Equipment or Services
252.211-7003, Item Unique Identification and Valuation
252.211-7008, Use of Government -Assigned Serial Numbers
252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations
252.215-7007, Notice of Intent to Resolicit
252.225-7051, Prohibition on Acquisition of Certain Foreign Commercial Satellite Services
252.225-7048, Exported-Controlled Items
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
252.232-7006, Wide Area WorkFlow Payment Instructions
252.232-7010, Levies on Contract Payments
252.243-7001, Pricing Of Contract Modifications
252.244-7000, Subcontracts for Commercial Items
252.247-7023, Transportation of Supplies by Sea--Basic
Attachment 1 - Quote Sheet