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 Request for Proposal (RFP). Submit only written proposals for this RFP. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03. This acquisition is a 100% set-aside for Total Small Business. The associated NAICS code is 811310 with a size standard of $7.5 Million. The line items are as follows (Review SOW below for more descriptions of CLIN, Price List:
CLIN 0001- Repair Morbark Model 1000 Tub Grinder Serial Number 846-440. Use attached RFQ sheet for total price.
Performance Work Statement:
1. The selected contractor shall provide all labor and material to perform the following:
a. Repair Morbark Model 1000 Tub Grinder (S/N 846-440) per the maintenance and parts list. Parts list may not be all inclusive.
b. Provide a one (1) year warranty for replaced parts and labor.
c. Use commonly acceptable maintenance practices to perform this work.
2. The above must be completed within 30 days of contract award.
MAINTENANCE
Weld and repair all cracks in conveyor mast and tub grinder frame.
Remove and replace cutter drum rods and bits.
Remove and replace bearings and augers.
Remove and replace all idlers.
Switch conveyor support chain over to wire rope and turn buckle.
PARTS
Part Number Description Qty
MB40469-846 Hammer, forged 36
MB40868-846 Insert,1000 alp 36
MB21733-410 Nut, stover 72
MB21624-364 Bolt, hhd, gr-8 72
MB40256-565S Mount assy, moto 4
MB21733-307 5/8-11 nyloc in 4
MB21161-046 Washer ,hard 5/8 8
MB21624 365 Bolt, grade 8, 5/8 4
MB24131 244 Bushing, taper l 4
MB24346-125 Coupling, flexib 8
MB24346 124 Coupling, flexib 4
MB24131-253 Bushing, taper l 4
MB23936-031 Bearing, pillow 4
MB21733-307 5/8-11 nyloc in 4
MB21161 -046 Washer, hard 5/8 8
MB21624 365 Bolt, grade 8,5/ 4
MB24114 -062 2 - 7/16 2pc sha 4
MB23918 178 Bearing, flange 4
MB21161 046 Washer, hard 5/8 8
MB21624 352 5/8-11 x 1 1/4 8
MB31153-565 7ga x 8 x 8 2
MB30065-846 Drive shaft, au 2
MB21731 461 Nut, jam, 3/4-10 4
MB21161 047 Washers, hard 3 4
MB21624 416 Bolt, hhd, gr-8 4
MB40072 8468 Auger assy, 12" 1
MB40071 846S Auger assy, 12" 1
MB30914 846 Rod lock plate 1
MB21624 255 Bolt, hhd, gr-8 4
MB31435 846 Hammer rod 8
MB30783-846 Grate, Std 2" X 2
MB40126 846S Mount assy, wheel 6
MB40127-846 Hub Assy, 3" wheel 6
MB40371 846 Scraper, rod lo 4
CROl0 -18507 Screw 4
C ROl0 -32714 Jaw turnbuckle 2
D WR 5/8X9 EYE Rope sling 2
D WR 5/8X3 EYE Rope sling 2
MB23973 227 Seal 4
MB23962 814 SNW D 3 7/16 2
MB23661 364 Bearing, spheri 2
MB23973 258 Stabilizer ring 1
PROVISIONS/CLAUSES. The provision at FAR 52.212-1 - Instructions to Offerors - Commercial Item, applies to this acquisition. The provision at FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items, applies to this solicitation and the offeror must include a completed copy of this provision with their proposal.
Specifically, the following clauses cited are applicable to this solicitation:
FAR CLAUSES:
52.212-4 - Contract Terms and Conditions-Commercial Items;
52.212-5 - Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items;
52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or
Statements.
52.204-23 Prohibition on Contracting for Hardware, Software, and Services
Developed or Provided by Kaspersky Lab and Other Covered Entities.
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations.
52.219-6 Deviation 2019- Notice of Total Small Business Set-Aside (DEVIATION 2019-O0003)
52.219-13 Notice of Set-Aside of Orders.
52.204-7 - System for Award Management;
52.204-13 - System for Award Management Maintenance;
52.232-40 - Providing Accelerated Payment to Small Business Subcontractors (DEVIATION);
52.252-2 - Clauses Incorporated by Reference;
52.252-6 - Authorized Deviations in Clauses;
52.222-21 Prohibition of Segregated Facilities.
52.222-41 Service Contract Labor Standards.
52.222-50 Combating Trafficking in Persons
52.222-55 Minimum Wages Under Executive Order 13658.
52.222-62 Paid Sick Leave Under Executive Order 13706.
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.
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.
DFAR CLAUSES
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights.
252.204-7003 Control of Government Personnel Work Product.
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident
Reporting.
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support.
252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous
Materials.
252.225-7001 Buy American and Balance of Payments Program.
252.225-7002 Qualifying Country Sources as Subcontractors.
252.225-7048 Export-Controlled Items.
252.232-7010 Levies on Contract Payments.
252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel.
252.243-7001 Pricing of Contract Modifications.
252.244-7000 Subcontracts for Commercial Items
252.204-7004 - Alternate A, System for Award Management;
252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports;
AFFARS CLAUSES
5352.201-9101 - Ombudsman,
5352.223-9001 Health and Safety on Government Installations
5352.242-9000 - Contractor Access to Air Force Installation.
The above Provisions and Clauses may be obtained via the internet at http://farsite.hill.af.mil.
EVALUATION OF QUOTATIONS/OFFERS: Quotes/offers will be evaluated IAW 13.106-2. This will be a lowest price technically acceptable award. Technical acceptability - at a minimum - will consist of meeting all characteristics of this solicitation mentioned above.
Proposals must be signed, dated and submitted by 18 July 2019, 2 pm, Mountain Daylight Time (MDT) to the 90th Contracting Squadron/PKAB, Attn: John Hoffmeister, Contract Specialist, Commercial Phone 307-773-3917, E-mail john.hoffmeister@us.af.mil. Proposals submitted via e-mail are preferred but not required, however no fax proposals will be accepted, and if mailed must arrive NLT the close of the solicitation. Mailing address:
90th Contracting Squadron
ATTN: John Hoffmeister
7505 Barnes Loop Bldg 208
F.E. Warren AFB, WY 82005
SITE VISIT: Equipment will be available for inspection on Thursday, 11 July 2019 at 12:30 PM Mountain Daylight Time. If you would like to schedule a site visit please contact:
Mr. John Hoffmeister
307-773-3917 or
john.hoffmeister@us.af.mil
LATE OFFERS: Offerors are reminded that e-mail transmission of proposal/offer prior to the closing date and time will not constitute a timely submission of proposal/offer unless it is received by the government prior to the closing date and time. Proposals/offers or modification of proposals/offers received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered (IAW FAR 52.212-1(f)).
All contractors must be registered in the System for Award Management (SAM) in accordance with FAR 52.204-7 prior to any contract award. If not registered in SAM your proposal/quote will not be accepted nor considered.
Please submit Attachment 1-Request for Quote (RFQ) with your total price.
Attachments:
1. RFQ response sheet
2. Wage Determination for Laramie County Wyoming