Search Contract Opportunities

Disintegrator

ID: FA461322Q1038 • Type: Synopsis Solicitation

Description

Posted: Sept. 23, 2022, 2:39 p.m. EDT

Combined Synopsis/Solicitation

Solicitation Number: FA461322Q1038

Purchase Description: Disintegrator

----------Amendment 001----------

The purpose of this amendment is to:

1. Incorporate Attachment 3 - Quetions and Answers

2. Incorporate Attachment 4 - Pictures

-------------------------------------------

This is a Combined Synopsis Solicitation Notice for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation/notice; responses/quotes are being requested, further written solicitation will not be issued. This solicitation will be posted to SAM.gov website as a 100% Total Small Business Set Aside.

The 90th Contracting Squadron is issuing this combined synopsis/solicitation, FA461322Q1038, as a Request for Quote using FAR Part 12, Acquisition of Commercial Items, and FAR part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is 339940, with a small business size standard of 750 employees.

The Government intends to award a Firm Fixed-Price Commercial Award. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2022-07 (effective 10-Aug-22), Defense Federal Acquisition Regulation Supplement DFARS Change Number 8/26/2022 (effective 26-Aug-22) and Air Force Federal Acquisition Regulation Supplement AFAC 07/01/2022 (effective 07/01/2022)

DESCRIPTION OF ITEMS/SERVICES: All CLIN's F.O.B. Destination.

Disintegrator system must have :

-Per AFMAN 17-1302-O paper disintegrator must be an approved item listed on the NSA Evaluated Product List (See Attachment 2 NSA Evaluated Product List)

-Package must include a new model disintegrator, new sound deadening enclosure, new vacuum evacuation system, installation of new system, and removal/disposal of the existing disintegrator and enclosure.

-Must be able to operate on 208V/3 phase/60hz power supply. The new disintegrator must be hardwired into the existing switch box.

-New enclosure must be able to fit in same footprint as current disintegrator's enclosure without altering the surrounding structures. Enclosure cannot exceed 7' (w) x 7' (d) x 12' (h) with all doors closed. Overall all space, with collection bag cannot exceed 9' (w) x 7' (d) x 12'(h). The doors must be double doors, located on the longest section of the enclosure, enclosure doors cannot exceed 5 feet when open. The enclosure must be free standing.

-Disintegrator must have a higher horsepower motor than 25HP.

-Disintegrator must meet or exceed the NSA shred rate rating 850lbs per hour at 3/32in size.

-Must include off-loading, installation, system testing, and on site customer operator training.

CLIN Structure:

CLIN 0001: Disintegrator

Quantity: 1 Unit of Issue: Each (price is to include all cost)

Quoted Unit Price: $__________ Quoted Total Price: $____________

Pricing Arrangement: Firm Fixed Price

DELIVERY DATE(S): Estimated Delivery 180 Days After Date of Order/Contract (state in your proposal if otherwise)

PLACE OF DELIVERY: F.E. Warren AFB, Wyoming. FOB Destination.

Quotes MUST be received no later than 26 September 2022; 09:00 AM Mountain Time by e-mail to austin.breault@us.af.mil.

Per FAR Subpart 4.1102, offerors are required to be registered in System for Award Management (SAM) at the time an offer is submitted. Failure to do so will result in the offer being deemed ineligible for award.

APPLICABLE FAR CLAUSES:

All applicable Provision/Clauses can be found in Attachment 1 Provisions and Clauses. The following are instructions and evaluation factors pulled from the Provision/Clauses document specific to this combined synopsis/solicitation for easier viewing for the vendor.

(ADDENDUM) ADDITIONAL INSTRUCTIONS TO OFFERORS -- Commercial Items

FAR 52.212-1 is hereby tailored as follows:

(1) Any inconsistency between FAR Provision 52.212-1 and the Addendum to FAR 52.212-1 shall be

solved by giving precedence to the Addendum to FAR 52.212-1.

(2) After receipt of quotes the Government may, with or without notice, negotiate with and, if desired,

seek quote revisions from as many or as few quoters as it, in its discretion, deems appropriate.

(3) The term offeror or offer as used in FAR 52.212-1 shall be understood to mean quoter and

quote, respectively. Further, the term award shall be understood to describe the Government's

issuance of an order.

(4) The Government will consider all quotes that are timely received and may consider late quotes.

Failure of a quote to address any items required in the submission package may make a quote

Unacceptable.

(5) Paragraph (b) of FAR Provision 52.212-1, Submission of Offers, is amended as follows:

(n) In addition to the quote submission requirements stated in FAR provision 52.212-1, quoters shall

provide the following, as part of the quote submission package, no later than the required time and date

for quote submission.

DELIVERABLES:

(1) Price quote which identifies the requested item(s), unit price inclusive of shipping (if any), and

extended price.

(2) Total Firm Fixed price

(3) Any Discount Terms

(4) Estimated time of delivery

(5) Technical Submission Requirements

(i.) The quote shall contain a description including part number and title for each item listed in the solicitation to allow the Government to verify that the quoted parts match the requirements listed in the requirements schedule. Brochures, photos, and specifications are required showing minimum requirements are met as listed on this solicitation.

(6) Cage Code

(7) Company name, physical address, point of contact, phone number, and email address.

(End of provision)

FAR 52.212-2 Evaluation Commercial Products and Commercial Services (Nov 2021)

FAR 52.212-2 is hereby tailored as follows:

(a) 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 service offered: Brochures, photos and specifications are required showing minimum requirements as listed on this solicitation are met.

(ii) Price: Award will be made to the lowest price technically acceptable quote. No additional

information from the offeror will be required if the price is based on adequate price competition. In the

event adequate price competition does not exist, the contracting officer will obtain information from the offeror (if required) to the extent required to determine the reasonableness of the offered prices.

(iii) The Government will evaluate quotes in accordance with the following evaluation criteria. The Government will evaluate quotes for acceptability, but will not rank the quotes by the non-price factors. If the Government receives fewer than three (3) initial quotes, all quotes will be evaluated for Technical Acceptability. If the Government receives more than three (3) initial quotes, the Government will only select the three (3) lowest priced quotes and then evaluate them for Technical Acceptability. The Government reserves the right to evaluate additional quotes for technical acceptability if it is the Government's best interest to do so.

(b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without

further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

(End of Provision)

AFFARS 5352.201-9101 AFGSC Ombudsman (OCT 2019)

(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.

(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).

(c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, for AFGSC (Air Force Global Strike Command) acquisitions please contact the Director of Contracts, Air Force Installation Contracting Center, Operating Location Global Strike (AFICC/KG OL-GSC) via the following e-mail workflow address: ig.afica_kg.workflow@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431.

(d) The ombudsman has no authority to render a decision that binds the agency.

(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the contracting officer.

(End of clause)

5352.223-9001 Health and Safety on Government Installations (OCT 2019)

(a) In performing work under this contract on a Government installation, the contractor shall:

(1) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety

of contractor and Government personnel performing or in any way coming in contact with the

performance of this contract; and

(2) Take such additional immediate precautions as the contracting officer may reasonably require for

health and safety purposes.

(b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health

(AFOSH) Standards and/or health/safety standards as may be required in the performance of this

contract and any adjustments resulting from such direction will be in accordance with the Changes

clause of this contract.

(c) Any violation of these health and safety rules and requirements, unless promptly corrected as

directed by the contracting officer, shall be grounds for termination of this contract in accordance

with the Default clause of this contract.

(End of clause)

ATTACHMENTS

Attachment 1 Provisions and Clauses

Attachment 2 NSA Evaluated Product List

Attachment 3 Questions and Answers

Attachment 4 Pictures

Posted: Sept. 22, 2022, 11:29 a.m. EDT

Overview

Response Deadline
Sept. 26, 2022, 11:00 a.m. EDT Past Due
Posted
Sept. 22, 2022, 11:29 a.m. EDT (updated: Sept. 23, 2022, 2:39 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
FE Warren AFB, WY 82005 United States
Source
SAM

Current SBA Size Standard
750 Employees
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Signs of Shaping
The solicitation is open for 3 days, below average for the Global Strike Command. 81% of obligations for similar contracts within the Department of the Air Force were awarded full & open.
On 9/22/22 Global Strike Command issued Synopsis Solicitation FA461322Q1038 for Disintegrator due 9/26/22. The opportunity was issued with a Small Business (SBA) set aside with NAICS 339940 (SBA Size Standard 750 Employees) and PSC 7490.
Primary Contact
Name
Austin Breault   Profile
Phone
(307) 773-4752

Documents

Posted documents for Synopsis Solicitation FA461322Q1038

Question & Answer

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation FA461322Q1038

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation FA461322Q1038

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFGSC > FA4613 90 CONS PK
FPDS Organization Code
5700-FA4613
Source Organization Code
500038326
Last Updated
Oct. 11, 2022
Last Updated By
austin.breault@us.af.mil
Archive Date
Oct. 11, 2022