Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:19Q3010
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. The solicitat...
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. The solicitation number is W912NS19Q3010 and is issued as a request for quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97. The associated North American Industrial Classification System (NAICS) code for this procurement is 333314 - Optical Instruments, Test Equipment. This requirement is a Small Business set-aside and only qualified offerors may submit a quote. Product Service Code 6650 - Optical Instrument and Lens Manufacturing. All Quotes shall reference the RFQ number and shall be submitted by 10:00 A.M./1000 central time on 03 Sep 2019. The anticipated award date is no later than 16 Sep 2019. The following commercial items are requested: CLIN 0001) Brunson MVTB-34FT - QTY 1 EA • Unit shall have a total bar height of 37 feet. • Unit shall have a maximum bar height of 34 feet. • Unit shall have an Instrument Base Height of 3.5 feet MINIMUM up to 34.5 feet MAXIMUM. • Unit shall be capable of supporting a rated load of at least 125 pounds. • Unit shall weigh no more than 3100 pounds extended to 24 feet with no instruments. • Unit shall have electrical power of 240VAC, single phase, 60 hertz. • Unit shall have a motorized vertical tooling bar designed for all types of Metrology instruments. • Unit shall have a motor driven shelf that Metrology Instruments will be mounted to. • Unit shall have a 31/2 X 8 Thread adapter mounted on the shelf. • Unit shall have a control pendant mounted at ground level that controls movement of carriage along the vertical rail. • Unit shall have a motor brake to hold the carriage position in place if power is lost. • Unit shall have castors rated for the maximum weight of equipment to allow movement in the maintenance facility. • Unit shall have a method of anchoring equipment in the working position. CLIN 0002) 232-SP120-0 Very Tall Stand - QTY 1 EA • Unit shall have a minimum height of 10' 3" or less. • Unit shall have a maximum height of 17'3" or more. • Unit shall have maximum weight of no more than 2,235 pounds (1014kg). • Unit shall have all required adapters to utilize equipment with a Ferro LASER system. • Unit shall be supplied with castors rated for equipment weight to allow movement within maintenance facility. • Unit shall have a system to safely and efficiently anchor equipment in the work area. • Unit shall have an air-check mechanism to protect delicate equipment mounted on the support in case of inadvertent operation. CLIN 0003) 234AL-20 20" Aluminum Extension - QTY 1 EA • Unit shall be made from either steel or aluminum. • Unit shall have a male thread on one end, and a female thread on the other, with the standard 3 ½" x 8 thread. CLIN 0004) EasyConnect - QTY 2 EA CLIN 0005) #20115 KinAiry System - QTY 1 EA CLIN 0006) KinAiry Dongle (Software) - QTY 1 EA CLIN 0007) MAS 2000TA Tall Adjustable Stand - QTY 1 EA • Unit shall be portable, adjustable from 41 1/8" to 74 5/8" • Unit shall not weight more than 40 pounds. • Unit shall have a maximum load of at least 66 pounds. • Unit shall be so constructed that the lower legs can be field modified for either trivet points, or swivel pad type feet. Both types shall be included. CLIN 0008) #2001 SKB Stand Case (Case for MAS 2000TA Stand) - QTY 1 EA Delivery: (90 Days after Award) 1107TH AVIATION GROUP 5250 W DEPOT ROAD SPRINGFIELD MO 65803-9513 Questions Deadline: Questions shall be electronically submitted by email to joshua.a.taylor.civ@mail.mil utilizing the following subject: RFI W912NS19Q3010 "Company Name". All questions shall be submitted by 16:00 P.M./1600 Central Time on 30 August 2019 to be considered and answers will be posted to FBO. Quote Submission Instructions: Offeror's Quotes shall be electronically submitted by email to joshua.a.taylor.civ@mail.mil utilizing the following subject: QUOTE W912NS19Q3010 "Company Name". All quotes shall be submitted by 10:00 A.M./1000 central time on 03 Sep 2019. Please submit your quote on a Company Letter Head (include CAGE). Offeror shall utilize the Contract Line Item Number (CLIN) when submitting Quote. Please provide individual price as well as a total price for each CLIN as well as a total Quote price. Offeror's Quote shall ensure that their proposed product specifications fully meet the meet or exceed criteria of the RFQ and meet the 90 Day Delivery Requirement. Basis of Award: Price Only. Offeror's Quote shall ensure that their proposed product specifications fully meet the meet or exceed criteria of the RFQ. If offeror fails to fully demonstrate Quoted items meet the specifications, they shall be considered not acceptable or non-responsive. FAR AND DFARS PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: 52.203-15, 52.204-10, 52.204-18, 52.209-6, 52.212-4, 52.212-5, 52.219-6, 52.232-39, 52.232-40, 52.233-3, 52.233-4, 52.252-6, 252.203-7000, 252.244-7000, 252.203-7002, 252.204-7012, 252.204-7015, 252.211-7003, 252.223-7008, 252.225-7001, 252.225-7036, 252.225-7048, 252.232-7003, 252.232-7006, 252.232-7010, 252.244-7000, 252.247-7023 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): https://www.acquisition.gov/browse/index/far (End of clause)