Fairlead Beam Upgrade
Requirement Title: Fairlead Beam Upgrade Solicitation Number: W901UZ23Q4312 Solicitation Issue Date: Wednesday, 14 June 2023 Response Deadline: Wednesday, 28 June 2023, no later than 11:00am CDT Point... Requirement Title: Fairlead Beam Upgrade Solicitation Number: W901UZ23Q4312 Solicitation Issue Date: Wednesday, 14 June 2023 Response Deadline: Wednesday, 28 June 2023, no later than 11:00am CDT Point(s) of Contact: Lisa Peckham / lisa.peckham@us.af.mil / (701) 857-4305 Contracting Officer: Heidi Sigl / heidi.l.sigl.civ@army.mil/ (701) 333-2226 General Information 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. This solicitation is being issued as a(n) Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through: Federal Acquisition Circular 2023-03 Defense Federal Acquisition Regulation Public Notice 20230427 Air Force Federal Acquisition Circular 20230508 4. This acquisition is set-aside for 100% Small Business Concern. The North American Industry Size Classification System (NAICS) code associated with this requirement is 333992. The Small Business Size Standard associated with this NAICS is 1,250 employees. Requirement Information Fifteen(15) ea. Fairlead Beam Upgrades Fairlead Beam Shipping Perform modifications to the Fairlead Beam in accordance with drawings, procedures, and material specifications. Reference PDF file titles “Fairlead beam Upgrade Fabrication Drawings” Only certified welders may perform welding on the Beams. Certificates must be provided with quotes. Follow American Welding Society D1.1, table 3.1 for welding requirements on ASTM A36 steel. Minimum yield strength 36Ksi, minimum tensile strength 58Ksi. Use ONLY Sherwin Williams Zinc Clad IV. For Zinc Clad IV primed surfaces, Paint standard for steels will be one coat of Zinc clad IV (3.0-5.0 mils dry film thickness) followed by two coats of Sherwin Williams Acrolon 218 HS polyurethane topcoat (3.0-6.0 mils dry film thickness). The topcoat color will duplicate the original dark green color. The vendor shall follow the· manufacturer's recommendations for surface preparation and coating application. Note: For painting purposes the Fairlead Beams are approximately 15ft x 3ft x 1ft. Assuring the quality of work being performed on the FLB (first article inspection) is acceptable, when the first FLB is assembled, prior to painting, CETSC should be contacted and scheduled for an inspection to assure contract compliance. If accepted, modification on the remaining FLB's can continue. If vendor desires, CETSC will consider a second inspection to observe a finished painted product to acknowledge acceptable quality workmanship. Place of Delivery/Performance/Acceptance/FOB Point: 160 Days ADC, F.O.B. Destination; ANG/ NGB/A40C, 3430 2nd St NE, Minot ND, 58703 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: Questions may be submitted to the POCs and Contracting Officer listed above no later than 20 June 2023. Questions submitted after this date may not be answered. Quotes in response to this solicitation must be submitted via email to the POCs and Contracting Officer listed above no later than the established deadline. Quotes must be valid through: 1 Aug 2023. All price quotations must be submitted on "Attachment 9, Quote Sheet" and it must be filled in entirely; all technical submissions must be submitted on a separate document. Complete the below contractor identification information. Company Name: Point of Contact: Address: Telephone Number: Discount Terms SAM Registered: Yes/No Small Business: Yes/No Unique Entity ID # CAGE #: Veteran-Owned: Yes/No Woman-Owned: Yes/No Estimated Period of Performance/Delivery: Signature/Date: Printed Name: 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 offerer 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: TECHNICAL CAPABILITY - An offeror’s quotation will be considered technically acceptable if it meets the specifications in the Description section of this requirement. Quotations that do not meet these requirements will be considered unacceptable and therefore under the evaluation process will not be considered for award. PRICE - price will be evaluated on a comparative basis amongst all received quotations and the Government's estimate. 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 52.204-10, 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 52.219-6, Notice of Total Small Business Set-Aside 52.219-8, Utilization of Small Business Set-Aside 52.219-14, Limitations on Subcontracting 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 Veterans 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.222-40, Notification of Employee Rights 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. All provisions and clauses are available at http://farsite.hill.af.mil. The following provisions and clauses are hereby included by full text or by reference as prescribed: 52.203-3, Gratuities 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions 52.203-12, Limitation on Payments to Influence Certain Federal Transactions 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-4, Printed or Copied Double-Sided on Recycled Paper 52.204-7, System for Award Management 52.204-13, System For Award Management Maintenance 52.204-16, Commercial and Government Entity Code Reporting 52.204-17, Ownership or Control of Offerer 52.204-18, Commercial and Government Entity Code Maintenance 52.204-19, Incorporation by Reference of Representations and Certificates 52.204-20, Predecessor of Offerer 52.204-21, Basic Safeguarding of Covered Contractor Information Systems 52.204-23, Prohibition on Contracting for Hardware, Software, and Service Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.209-5, Certification Regarding Responsibility Matters 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations 52.209-11, Representation by Corporations regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.211-6, Brand Name or Equal 52.219-28, Post-Award Small Business Program Rereprentation 52.223-6, Drug-Free Workplace 52.225-25, Prohibition on contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran -- Representation and Certification 52.232-1, Payments 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 52.243-1, Changes—Fixed Price 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 252.203-7003, Agency Office of the Inspector General 252.203-7005, Representation Relating to Compensation of Former DOD Officials 252.204-7003, Control of Government Personnel Work Product 252.204-7006, Billing Instructions 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor reported Cyber Incident Information 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015, Notice of Authorized Disclosure of Information For Litigation Support 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunication Equipment or Services 252.211-7003, Item Unique Identification and Valuation 252.211-7008, Use of Government Assigned Serial Numbers 252.223-7008, Prohibition on Hexavalent Chromium 252.225-7001, Buy American And Balance Of Payments Program –Basic 252.225-7015, Restriction on Acquisition of Hand or Measuring Tools 252.225-7016, Restriction on Acquisition of Ball or Roller Bearings 252.225-7046, Exports by Approved Community Members in Response to the Solicitation. 252.225-7047, Exports by Approved Community Members in Performance of the Contract. 252.225-7048, Export-Controlled Items 252.227-7015, Technical Data - Commercial Items 252.227-7037, Validation of Restrictive Markings on Technical Data 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 Modification 252.243-7002, Request for Equitable Adjustment 252.244-7000, Subcontracts for Commercials 252.247-7023, Transportation of Supplies by Sea 5352.201-9101, Ombudsman 5352.201-9000, Elimination of Use of Class I Ozone Depleting Substances Attachments Attachment 1-7, Drawings Attachment 8, Fairlead Beam Upgrade SOW Attachment 9, Quote Sheet
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »