Trade Leads

REQUEST FOR PACKAGING MACHINERY
Materials handling equipment NAICS Code: 333 -- Machinery Manufacturing/333993 -- Packaging Machinery Manufacturing This is a 100% Small Business Set-Aside Solicitation The AFTC/PZIOC, Operational Contracting Office, Eglin AFB, FL, intends to solicit and award firm-fixed price contract a Two Ram Auto-Tie Baler (see attached requirements document). This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition format, FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate, written solicitation will not be issued. This announcement is issued as Request for Quote (RFQ) # F1T2EAH3120A001. The North American Industry Classification System (NAICS) code for this acquisition is 333993, with small business size standard of 500 employees; please identify your business size in your response based upon this standard. This acquisition is being solicited as 100% Small Business Set-Aside. Offerors will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis IAW FAR 15.101-2 and the award will be made to the lowest priced offeror that meets the minimum requirement. The government will not accept refurbished/used equipment. There will be no advance payments. Offerors are advised to include a completed copy of provision 52.212-3, Offer Representations and Certifications - Commercial Items and provision 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law, with their offer. This requirement is for: CLIN 0001: Two-ram Baler with auto-tie, including bale slider table, pit conveyor with controls, hopper extension, engineering On-site support and training, installation, removal of existing baler, freight, lift truck/crane rental, and 1 stump (carrier) of 12-Gauge wire. Baler Package less credit for existing International Baler. SITE VISIT The following provisions and clauses are incorporated in this notice and are those in effect through Federal Acquisition Circular 2005-69 effective 01 August 2013. • FAR 52.202-1, Definitions (C); • FAR 52.203-3, Gratuities (C); • FAR 52.203-5, Covenant Against Contingent Fees (C); • FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (C); • FAR 52.203-7, Anti-kickback Procedures (C); • FAR 52.203-12, Limitation on Payments to Influence Certain Federal Transactions (C); • FAR 52.204-4, Printed or Copied Double-Sided on Recycled Paper • FAR 52.204-7, System for Award Management (P); • FAR 52.204-9, Personal Identity Verification of Contractor Personnel (C) • FAR 52.204-13, System for Award Management Maintenance (C); • FAR 52.211-16, Variation in Quantity; • FAR 52.211-17 Delivery of Excess Quantities; • FAR 52.212-1, Instructions to Offerors -- Commercial Items (P); • FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items with Alt I (P); • FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (C); • FAR 52.219-8, Utilization of Small Business Concerns (C); • FAR 52.219-1, Small Business Program Representations (C); • FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items; incorporating the following (C): • FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; • FAR 52.209-6, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; • FAR 52.219-6, Notice of Total Small Business Set-Aside; • FAR 52.219-14, Limitation of Subcontracting; • FAR 52.219-28, Post-Award Small Business Program Rerepresentation; • FAR 52.222-3, Convict Labor; • FAR 52.222-19 Child Labor - Cooperation With Authorities and Remedies; • FAR 52.222-20, Walsh-Healey Public Contracts Act; • FAR 52.222-21, Prohibition of Segregated Facilities; • FAR 52.222-26, Equal Opportunity; • FAR 52.222-36, Affirmative Action for Workers With Disabilities; • FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act • FAR 52.222-50, Combating Trafficking in Persons (C); • FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; • FAR 52.223-3, Hazardous Material Identification and Material Safety Data; • FAR 52.223-5, Pollution Prevention and Right-to-Know Information; • FAR 52.225-13, Restrictions on Certain Foreign Purchases; • FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; • FAR 52.223-11, Ozone-Depleting Substances (C); • FAR 52.232-8, Discounts for Prompt Payment (C); • FAR 52.229-3, Federal, State, and Local Taxes (C); • FAR 52.232-18, Availability of Funds (C); • FAR 52.232-17, Interest, in Solicitations and Contracts (C); • FAR 52.232-23, Assignment of Claims (C); • FAR 52.232-39, Unenforceability of Unauthorized Obligations in all solicitation and contracts (C); • FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; • FAR 52.233-1, Disputes (C); • FAR 52.233-3, Protests After Award (C); • FAR 52.233-4, Applicable Law for Breach of Contract Claim (C); • FAR 52.242-13, Backruptcy (C); • FAR 52.242-15, Stop Work Order (C); • FAR 52.242-17, Government Delay of Work (C); • FAR 52.243-1, Changes - Fixed Price (C); • FAR 52.246-2, Inspection of supplies-Fixed-price (C); • FAR 52.246-16, Responsibility for Supplies (C); • FAR 52.246-23, Limitation of Liability (C); • FAR 52.247-34, F.O.B. Destination (C); • FAR 52.249-2, Termination for Convenience of the Government (C); • FAR 52.249-8, Default (C); • FAR 52.252-2, Clauses Incorporated by Reference, which reads as follows: 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): http://farsite.hill.af.mil (End of Clause) (C). • DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (C); • DFARS 252.203-7001, Prohibition on Persons Convicted of Fraud or Other Defense-Contract-Related Felonies (C); • DFARS 252.203-7002, Requirements to Inform Employees of Whistleblower Rights (C); • DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (P); • DFARS 252.204-7003, Control of Government Personnel Work Product (C); • DFARS 252.204-7004, Alt A, System for Award Management (P); • DFARS 252.204-7006, Billing Instructions, in Solicitations and Contracts (C); • DFARS 252.204-7011, Alternative Line Item Structure (C); • DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information (C); • DFARS 252.209-70047, Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country (C); • DFARS 252.209-7993, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (DEVIATION) (P); • DFARS 252.211-7003, Item Identification and Valuation (C); • DFARS 252.215-7007, Notice of Intent to Resolicit (C); • DFARS 252.215-7008, Only One Offer, in Competitive Solicitations (C); • DFARS 252.225-7001, Buy American and Balance of Payments Program (C); • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors (C); • DFARS 252.227-7000, Non-Estoppel (C); • DFARS 252.232-7003, Electronic Submission of Payment Requests (C); • DFARS 252.232-7010, Levies on Contract Payments (C); • DFARS 252.243-7001, Pricing of Contract Modifications (C); • DFARS 252.246-7000, Material Inspection and Receiving Report (C); • DFARS 252.247-7023, Transportation of Supplies by Sea (C); • DFARS 252.247-7023 Alt III, Transportation of Supplies by Sea (C); • AFFARS 5352.201-9101, Ombudsman (C): • 53AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (C); • H-850, LOCAL CLAUSE for WAWF (C): THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR INVOICES AND ADDITIONAL EMAILS CORRECTLY THROUGH WAWF. Invoice Type: INVOICE AND RECEIVING REPORT (COMBO) *Contract Number: FA2823-14-P- _ _ _ _ *Delivery Order: TBD *Issue Date: TBD *Issue DODAAC: FA2823 *Admin DODAAC: FA2823 *Inspected By DODAAC/Ext: F1TEAH *Ship To Code/Ext: F1TEAH *Ship From Code: *Pay DODAAC: F03000 Payments may be expedited electronically via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF Training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. To view the other provisions and clauses in full text, visit the web site http://farsite.hill.af.mil (End of provision) Please provide DUNS or Cage Code, Shipping Point, and any charges for shipping on the response to this solicitation. Offerors must be registered in the System for Award Management (SAM) in order to be eligible for award. If you have any questions please contact TSgt Joseph Freeland at joseph.freeland@us.af.mil. Please consult the list of document viewers if you cannot open a file. Solicitation 1 Type: Solicitation Requirements_doc.pdf (43.70 Kb) Description: Requirements Document Amendment 1 Type: Mod/Amendment existing_baler_dimensions.pdf (152.35 Kb) Description: Existing baler dimensions old_baler_picture.jpg (109.85 Kb) Description: Existing baler picture Amendment 2 Type: Mod/Amendment 1_-_Base_pass_Memorandum_Letter_rev.doc (26.50 Kb) Description: Base Pass Memorandum 2_-_Base_Pass_Affidavit.pdf (423.11 Kb) Description: Base Pass Affidavit Baler Site Visit Questions and Answers Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..) Baler_Site_Visit_Questions_and_Answers.pdf (169.84 Kb) Description: Baler Site Visit Questions and Answers Contracting Office Address: 308 West D. Ave Bldg 260 Suite 130 Eglin, Florida 32542-5418 United States Place of Performance: Eglin AFB Eglin AFB, Florida 32542 United States Primary Point of Contact.: Joseph D. Freeland, Contracting Specialist Joseph.Freeland@eglin.af.mil Phone: 8508820274 Secondary Point of Contact: Christopher K. Slater, Contracting Officer christopher.slater.1@us.af.mil Phone: (850) 882-0197