Federal Bid

Last Updated on 29 Aug 2008 at 8 AM
Combined Synopsis/Solicitation
Edwards California

Thermoforming Unit

Solicitation ID F1S1AB8151B005
Posted Date 29 Jul 2008 at 11 PM
Archive Date 29 Aug 2008 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Air Force Test Center (Aftc) - Edwards
Agency Department Of Defense
Location Edwards California United states 93524

This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. This is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26 and DFARs Change Notice (DCN) 2008-07-21. NAICS is 333220 with a small business size standard of 500 employees. Solicitation is for commercial purchase.

AFFTC/PK, Edwards Air Force Base, CA is seeking to purchase the following items as a brand name or equal purchase a: 408-XTX Vacuum thermoforming machine.

REQUIREMENTS:
Item 1. One (1): Model # 408-XTX, 4 feet by eight feet fully automatic dual heaters with variable frame unit. Platen size; 4' by 8' clamping frame; 52" by 100", depth of draw: 26 inches. This thermoforming machine should be capable of being engineered to hold up to 50 customer process recipes. The thermoforming unit should have both lower and upper ovens that are controlled by seven (7) heat zones, (14) heat zones total, with ceramic heat elements. The following are other requirements.

Item 2. One (1) 500 gallon vacuum system with vacuum tank, vacuum pump and motors 3 hp 50 CFM with relief valve and vacuum gauge.

Item 3. Two (2) 300 cfm cooling fans.

Item 4. One (1) sheet sag sensor.

Item 5. One (1)automatic air eject on platen.

Item 6. One (1) pyrometer sensor to measure the plastic sheet temperature in the center of platen including digital display indicating sheet temperature.

Item 7. Two (2) variable frame bars 1 foot in length.

Item 8. Two (2) variable frame bars 2 feet in length.

Item 9. Two (2) variable frame bars 3 feet in length.

Item 10. Packing and skidding of equipment for delivery.

Item 11. Installation and training of system is also needed.

Item 12. Travel expenses, per diem, and extra costs for technician to come out for installation.

Ship Date: 30 DARO. FOB: Destination Edwards AFB CA 93524.

The following provisions and clauses apply:

Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. CONTRACTORS MUST COMPLY WITH FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION (OCT 2003), DFARS 252.204-7004, ALTERNATE A (NOV 2003); ONLINE REPRESENTATIONS & CERTIFICATION (ORCA) (JAN 2005); & DFARS 252.212-7000, REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (NOV 1995). TO REGISTER WITH CCR, GO TO URL: https://www.ccr.dlsc.dla.mil/. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ORCA BECAME MANDATORY 01 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH CCR BY INTERNET URL: http://www.ccr.gov/. Further Information on ORCA may be obtained from the ORCA Help Menu, . This help menu includes ORCA background information, frequently asked questions (FAQ), and the ORCA Handbook, 52.212-3 Alternate I, 52.225-4, 52.225-4 Alternate I, 52.222-22, 52.222-25, and 252.212-7000 with their offer.

52.252-1 -- Solicitation Provisions Incorporated by Reference. 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 address: http://farsite.hill.af.mil.

Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition.
Provision at 52.212-2 -- Evaluation -- Commercial Items. (Jan 1999) 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) technical capability of the item offered to meet the Government requirement
(ii) price
52.212-3 Offeror Representations and Certifications -- Commercial Items
52.219-8 Utilization of Small Business Concerns
52.222-22 Previous Contracts and Compliance Reports
52.222-25 Affirmative Action Compliance
52.222-26 Equal Opportunity
52.225-4 Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act Certificate
252.212-7000 Offeror Representations and Certifications--Commercial Items

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 address: http://farsite.hill.af.mil.
52.212-4 Contract Terms and Conditions - Commercial Items
52.212-5 Contract Terms and Conditions Required to Implement Statutes
52.219-28 Post-Award Small Business Program Rerepresentation (June 2007)
52.222-3 Convict Labor
52.222-19 Child Labor---Cooperation with Authorities and Remedies.
52.222-21 Prohibition of Segregated Facilities
52.222-26 Equal Opportunity
52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans
52.222-36 Affirmative Action for Workers with Disabilities
52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and
Other Eligible Veterans
52.222-50 Combating Trafficking in Persons (Aug 2007)
52.225-3 Buy American Act -- North American Free Trade Agreement
52.225-3 Alternate I
52.225-13 Restrictions on Certain Foreign Purchases
52.225-33 Payment by Electronic Funds Transfer--Central Contractor Registration
52.233-3 Protest after Award
52.233-4 Applicable Law for Breach of Contract Claim
252.211-7003 Unique Item Identification
252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items
252.225-7001 Buy American Act, Balance of Payment Program
252.232-7003 Electronic Submission of Payment Requests
252.232-7010 Levies
252.247-7023 Transportation of Supplies by Sea
252.247-7023 Alternate III (May 2002)
5352.201-9101 Ombudsmen
5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS)
Offers are due at the Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA, 93524 (Attn: Chris Griffin@ 661-277-9559), no later than 14 Aug 2008 at 8 a.m. PST. Faxed transmissions of quotes are acceptable. Fax #: 661-277-0470 (please call to verify that I have received the fax) or e-mail address: [email protected].

Bid Protests Not Available

Similar Past Bids

Phoenix Arizona 03 Sep 2008 at 5 PM
Location Unknown 20 Dec 2013 at 7 PM
Alaska 23 Jan 2019 at 5 AM
Oklahoma city Oklahoma 14 Feb 2019 at 1 PM
Panama city beach Florida 05 Jul 2011 at 4 PM