This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The Request For Quote (RFQ) number is FA671220Q0017. This solicitation documents and incorporates provisions and clauses in effect through FAC 2020-08. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. Clauses can be accessed in full text at these addresses: www.acquisition.gov. The NAICS code is 333517 and the Small Business Standard is 500 Employees.
The 911th Airlift Wing-Pittsburgh Air Reserve Station intends to negotiate a sole source contract with Phillips Corporation Inc. Phillips Corporation Inc. is the sole and exclusive distributor of Haas CNC Machine tools. This single source procurement will be in accordance with FAR 13.106-1(b)(1).
This Request for Quote (RFQ) solicitation is issued under the authority of FAR Part 12 Acquisition of Commercial Items and FAR Part 13 Simplified Acquisition Procedures. FAR Part 15 will not be used.
Award shall be made on the evaluation basis of Lowest Price Technically Acceptable. This requirement is currently an Unfunded Request. Should funding become available, award will be made.
The Pittsburgh 911th Airlift Wing located in Coraopolis, PA has a requirement for the following:
CLIN 0001:
-CNC Toolroom Lathe with 16" x 48" (406 x 1219 mm) max capacity
Haas TL-2 Lathe
Includes:
STANDARD PROGRAM MEMORY, 1 GB
COOLANT PUMP KIT
CHIP ENCLOSURE
EARLY POWER-FAILURE DETECTION MODULE
ETHERNET INTERFACE
HAASCONNECT: REMOTE MONITORING
HAASDROP
VISUAL PART PROGRAMMING SYSTEM
WIFI CONNECTION FOR THE HAAS CONTROL
WORK LIGHT
CROSS-SLIDE, TOOLING READY
FAR CLAUSES AND PROVISIONS
52.202-1, Definitions
52.204-7, System for Award Management
52.204-13, SAM Maintenance
52.204-19, Incorporation by Reference of Representations and Certifications
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
52.209-6, Protecting the Government’s Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015)
52.211-6, Brand Name or Equal
52.212-1, Instructions to Offerors - Commercial Items
52.212-3 Alt I Offeror Representations and Certifications – Commercial Items
52.212-4, Contract Terms and Conditions - Commercial Items
52.219-6 Notice of Total Small Business Set-Aside
52.219-28, Post Award Small Business Program
52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities Relating to Iran – Representations and Certifications
52.232-1, Payments
52.232-11, Extras
52.232-39 Unenforceability of Unauthorized Obligations
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.233-3, Protest After Award (AUG 1996)
52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004)
52.243-1, Changes Fixed Price (AUG 1987)
52.247-34, F.O.B-Destination
52.252-2 Clauses Incorporated by Reference
52.252-6, Authorized Deviations in Clauses
52.212-5, Contract Terms and Conditions Required to Implement Statutes or
Executive Orders - Commercial Items including: 52.203-6 Restrictions on
Subcontractor sales to the Government, 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 (Mar 2020), 52.219-28 Post Award Small Business Program
Representation, 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, 52.222-36 Equal Opportunities for Workers
w/ Disabilities, 52.222-40 Notification of Employee Rights Under the National
Labor Relations Act, 52.222-50 Combating Trafficking in Persons, 52.223-11
Ozone Depleting Substances, 52.223-18 Encouraging Contractor Policies to Ban
Text Messaging While Driving, 52.225-13 Restrictions on Certain Foreign Purchases,
52.232-34, Payment by Electronic Funds Transfer--Other than System for Award
Management
DFARS CLAUSES AND PROVISIONS
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
252.204-7008 Compliance With Safeguarding Covered Defense Information
Controls
252.204-7015, Disclosure of Information to Litigation Support Contractors
252.211-7003 Item Identification and Valuation
252.223-7008 Prohibition of Hexavalent Chromium
252.225-7001, Buy American Act & Balance of Payments Program
252.225-7002, Qualifying Country Sources as Subcontractors
252.225-7036, Buy American Act, Free Trade Agreements, Balance of
Payments Program
252.225-7048, Export 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
252.244-7000, Subcontracts for Commercial Items
AFFARS Clauses
5352.201-9101, Ombudsman
5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances
This announcement will close at 12:00 PM EDT local time on 09/24/2020. Oral communications are not acceptable in response to this notice. Contractor MUST reference solicitation FA671220Q0017.
52.212-2, Evaluation - Commercial Items is applicable to this procurement. The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation is most advantageous to the Government, price and other factors considered. Quotes will be evaluated based on the following criteria:
Technical Evaluation Ratings:
Rating: Description:
Acceptable Submission Clearly meets the essential salient characteristics
Unacceptable Submission does not clearly meet the salient characteristics
System for Award Management (SAM): Vendors must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/.
Method of quote submission: email to [email protected]
All quotes shall include price(s), a point of contact, name and phone number, CAGE Code, business size under NAICS Code 333517, and payment terms. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. Advance payments are not authorized.