Amendment 06 Grit Blaster

Tender Detail

35199990
W52P1J 21 Q GRBL
Self Funded
Amendment 06 Grit Blaster
ICB
Northern America
Asia-Pacific Economic Cooperation, APEC,G20
27-11-2020

Work Detail

View Changes This Is A Combined Synopsis Solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12 6 As Supplemented With Additional Information Included In This Notice This Announcement Constitutes The Only Solicitation Quotes Are Being Requested And A Written Solicitation Will Not Be Issued This Is A Request For Quote Rfq Using Far Part 12 Acquisition Of Commercial Items The Solicitation Number Is W52p1j 21 Q Grbl The Solicitation And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2020 08 The Naics Code For This Procurement Is 327910 The Small Business Size Standard Is 750 Employees The Federal Supply Code Is 3426 Offerors Must Be Registered Within The System For Award Management Sam Database At Time Of Response To This Solicitation The Website For Sam Is Https Www Sam Gov Description Of Requirement Item Grit Blaster Quantity 1 In Accordance With For Purchase Dfp At Attachment 01 Clin 0001 Grit Blaster Quantity 1 Clin 0002 Grit Sand Garnet Amp Consumable Parts Clin 0003 Installation Clin 0004 Training Clin 0005 Prove Out Site Visit Mandatory A Mandatory Site Visit Will Be Held At Crane On October 22 2020 This Is A Required Site Visit Quotes Will Be Considered Only From Offerors Who Have Attended The Site Visit Quotes Received From Offerors Who Have Not Attended The Site Visit Will Be Considered Unacceptable And Will Not Be Considered For Award The Purpose Of The Site Visit Is To Allow Potential Offeror To View The Space Where The Equipment Will Reside Take Measurements Verify Any Obstructions That Could Impede Design And Obtain An Understanding Of The Product Flow On The Power And Free Conveyor Potential Offerors Must Provide Notice Of Intent To Attend The Site Visit No Later Than October 15 2020 To Lorraine Geren Lorraine Geren Civ Mail Mil And Cindy Wagoner Cindy K Wagoner Civ Mail Mil The Following Information Must Be Included Within The Notice Of Intent To Attend The Site Visit Company Name Company Address Company Cage Code Visitor Name S Visitor S Title Visitor S Telephone Number Visitor S Email Address Details Concerning The Site Visit Will Be Provided To Those Companies That Provide The Notice Of Intent To Attend Type Of Acquisition And Contract This Acquisition Is Issued As 100 Small Business Set Aside Award Will Be Made Using Low Price Technically Acceptable Lpta Source Selection Procedures Resulting In A Single Award Firm Fixed Price Contract Delivery And Location Clin Delivery Date 0001 Grit Blaster Quantity1 12 Weeks After Award 0002 Grit Sand Garnet Amp Consumable Parts 12 Weeks After Award 0003 Installation 5 Days After Clin 0001 Delivery Date 0004 Training May 20 2021 0005 Prove Out June 24 2021 Note Clin 0005 Prove Out Is In Accordance With Paragraph 16 Of The Dfp At Attachment 01 The Estimated Time Required For The Proof Of Production Run Is Four Weeks Prices For Clin 0005 Should Reflect A Four Week Duration Delivery Shall Be Fob Destination To Crane Army Ammunition Activity Building 148 300 Highway 361 Crane Indiana 47522 5001 In Accordance With The Following Crane Army Ammunition Activity Delivery Instructions Caaa Receiving Hours Are 0700 1430 Mon Thurs By Appointment Only Includes Inert Amp Freight All Kind Fak Appointments Shall Be Made Via Carrier Appointment System Cas Carriers Without Access To The Cas System Call 812 854 2199 Or 812 854 2339 48 Hours Prior To Delivery For Appointment Failure To Follow The Protocol Stated Herein And Or Obtain A Scheduled Delivery Time Prior To Delivery May Result In The Truck Being Turned Away Quote Submission Requirements Offerors Shall Submit The Following In Response To This Solicitation 1 Price Offerors Must Submit Completed Pricing Sheet At Attachment 02 All Yellow Highlighted Sections Shall Be Completed Prices Shall Be Stated To 2 Decimal Places 2 Technical Capability Information As Follows Detailed Description Of The Offered Items Blast Cabinet Nozzles Media Process Description Which Adequately Describes How They Meet All Requirements Within The Dfp Note Simply Stating The Offered Item Meets The Requirements Is Unacceptable The Description Must Address Each Of The Requirements In Sufficient Detail To Describe How The Offered Item Meets The Requirement If Offered Item Is An Off The Shelf Product With No Modifications Offeror May Provide Product Literature Describing Its Specifications Sizing Etc Providing It Addresses Each Of The Requirements Within The Dfp If Product Literature Does Not Address All Requirements Additional Description Shall Be Provided To Address Each Requirement If Offered Item Is An Off The Shelf Product With Modifications Offeror May Provide Product Literature Plus A Detailed Description Of The Modifications That Will Bring The Product In Conformance With All Dfp Requirements If No Standard Product Literature Is Available A Basic Concept Drawing With Description Is Required 3 Completed Provision At Attachment 04 Far 52 204 24 Paragraph D 1 And D 2 Evaluation Criteria For Technical Capability Based On The Information The Offeror Provides A Rating Of Acceptable Or Unacceptable Will Be Assigned To The Quote As Follows Acceptable The Offeror Submitted Technical Capability Information As Specified Within This Solicitation Unacceptable The Offeror Has Not Submitted Technical Capability Information As Specified Within This Solicitation Basis For Award Award Will Be Made To The Offeror Whose Offer Is Determined To Be Technically Acceptable Who Provides The Lowest Total Price Who Is Deemed Responsible And Whose Quote Conforms To The Solicitation Requirements Only Those Offers Determined To Be Technically Acceptable Either Initially Or As A Result Of Discussions Will Be Considered For Award In Accordance With Far 52 212 1 G The Government Intends To Award A Contract Against This Solicitation Without Discussions Unbalanced Pricing As Part Of The Evaluation Proposals May Be Reviewed To Identify Any Significant Unbalanced Pricing Iaw Far 15 404 1 G Unbalanced Pricing A Proposal May Be Rejected If The Contracting Officer Determines The Lack Of Balance Poses An Unacceptable Risk To The Government Price Analysis Shall Be Used To Determine Price Reasonableness Additional Methods Of Price Analysis May Be Used As Determined By The Contracting Officer These Methods Of Evaluation May Include Information Input From Sources Such As But Not Limited To Other Governmental Agencies And Personnel The Government Reserves The Right To Require The Submission Of Any Data I E Data Other Than Certified Cost Or Pricing Data Necessary To Validate The Reasonableness Of An Offer Listing Of Attachments Attachment 01 For Purchase Dfp Dated August 20 2020 Attachment 02 Pricing Sheet Attachment 03 Dfp Referenced Figures Attachment 04 Far 52 204 24 Representation Regarding Certain Telecommunications And Video Surveillance Services And Equipment Attachment 05 Grit Blaster Pictures Attachment 06 Dust Collector Location Deadline For Submission Offers Are Due November 27 2020 No Later Than 12 00 P M Central Time Offers Shall Be Submitted In The Following Way Electronically Via Email To The Contract Specialist Lorraine Geren Civ Mail Mil And Contracting Officer Cindy K Wagoner Civ Mail Mil Offerors Should Include Response To W52p1j 21 Q Grbl Within The Subject Line Questions Questions Shall Be Submitted In The Same Manner As Offers Electronically Via Email To The Contract Specialist And Contracting Officer Note Interested Offerors Must Submit Any Questions Concerning This Solicitation At The Earliest Time Possible To Enable The Buyer To Respond Questions Not Received Within A Reasonable Time Prior To Close Of The Solicitation May Not Be Considered Solicitation Provisions The Following Federal Acquisition Regulation Far And Defense Federal Acquisition Regulation Supplement Dfars Provisions Apply And Are Incorporated By Reference Provisions May Be Obtained Via The Internet At Http Www Acquistion Gov Far 52 212 1 Instructions To Offerors Commercial Items Far 52 212 3 Alt I Offerors Representations And Certifications Commercial Items Alternate I Far 52 204 7 System For Award Management Far 52 204 16 Commercial And Government Entity Code Reporting Dfars 252 203 7005 Representation Relating To Compensation Of Former Dod Officials Dfars 252 204 7008 Compliance With Safeguarding Covered Defense Information Controls Dfars 252 213 7000 Notice To Prospective Suppliers On Use Of Past Performance Information Retrieval System Statistical Reporting In Past Performance Evaluations Dfars 252 247 7023 Transportation Of Supplies By Sea The Following Provisions Are Provided In Full Text Far 52 204 24 Representation Regarding Certain Telecommunications And Video Surveillance Services And Equipment Aug 2020 See Attachment 04 Far 52 219 6 Notice Of Total Small Business Set Aside Mar 2020 Deviation 2020 O0008 A Definition Small Business Concern As Used In This Clause Means A Concern Including Its Affiliates That Is Independently Owned And Operated Not Dominant In The Field Of Operation In Which It Is Bidding On Government Contracts And Qualified As A Small Business Under The Size Standards In This Solicitation B Applicability This Clause Applies Only To 1 Contracts That Have Been Totally Set Aside For Small Business Concerns And 2 Orders Set Aside For Small Business Concerns Under Multiple Award Contracts As Described In 8 405 5 And 16 505 B 2 I F C General 1 Offers Are Solicited Only From Small Business Concerns Offers Received From Concerns That Are Not Small Business Concerns Shall Be Considered Nonresponsive And Will Be Rejected 2 Any Award Resulting From This Solicitation Will Be Made To A Small Business Concern D Agreement 1 For A Contract Or An Order At Or Below The Simplified Acquisition Threshold A Small Business Concern May Provide The End Item Of Any Firm For A Contract Or An Order Exceeding The Simplified Acquisition Threshold A Small Business Concern That Provides An End Item It Did Not Manufacture Process Or Produce Shall I Provide An End Item That A Small Business Has Manufactured Processed Or Produced In The United States Or Its Outlying Areas Ii Be Primarily Engaged In The Retail Or Wholesale Trade And Normally Sell The Type Of Item Being Supplied And Iii Take Ownership Or Possession Of The Item S With Its Personnel Equipment Or Facilities In A Manner Consistent With Industry Practice For Example Providing Storage Transportation Or Delivery 2 For Contracts Or Orders For Multiple End Items At Least 50 Percent Of The Total Value Of The Contract Or Order Shall Be Manufactured Processed Or Produced In The United States Or Its Outlying Areas By Small Business Concerns 3 Paragraphs D 1 Through 2 Of This Clause Do Not Apply To Construction Or Service Contracts Dfars 252 225 7974 Representation Regarding Business Operations With The Maduro Regime Deviation 2020 O0005 Feb 2020 A Definitions As Used In This Provision Agency Or Instrumentality Of The Government Of Venezuela Means An Agency Or Instrumentality Of A Foreign State As Defined In Section 28 U S C 1603 B With Each Reference In Such Section To A Foreign State Deemed To Be A Reference To Venezuela Business Operations Means Engaging In Commerce In Any Form Including Acquiring Developing Maintaining Owning Selling Possessing Leasing Or Operating Equipment Facilities Personnel Products Services Personal Property Real Property Or Any Other Apparatus Of Business Or Commerce Government Of Venezuela Means The Government Of Any Political Subdivision Of Venezuela And Any Agency Or Instrumentality Of The Government Of Venezuela Person Means 1 A Natural Person Corporation Company Business Association Partnership Society Trust Or Any Other Nongovernmental Entity Organization Or Group 2 Any Governmental Entity Or Instrumentality Of A Government Including A Multilateral Development Institution As Defined In Section 1701 C 3 Of The International Financial Institutions Act 22 U S C 262R C 3 And 3 Any Successor Subunit Parent Entity Or Subsidiary Of Or Any Entity Under Common Ownership Or Control With Any Entity Described In Paragraphs 1 Or 2 Of This Definition B Prohibition In Accordance With Section 890 Of The National Defense Authorization Act For Fiscal Year 2020 Pub L 116 92 Contracting Officers Are Prohibited From Entering Into A Contract For The Procurement Of Products Or Services With Any Person That Has Business Operations With An Authority Of The Government Of Venezuela That Is Not Recognized As The Legitimate Government Of Venezuela By The United States Government Unless The Person Has A Valid License To Operate In Venezuela Issued By The Office Of Foreign Assets Control Of The Department Of The Treasury C Representation By Submission Of Its Offer The Offeror Represents That The Offeror 1 Does Not Have Any Business Operations With An Authority Of The Maduro Regime Or The Government Of Venezuela That Is Not Recognized As The Legitimate Government Of Venezuela By The United States Government Or 2 Has A Valid License To Operate In Venezuela Issued By The Office Of Foreign Assets Control Of The Department Of The Treasury Clauses The Following Federal Acquisition Regulation Far And Defense Federal Acquisition Regulation Supplement Dfars Clauses Apply And Are Incorporated By Reference Clauses May Be Obtained Via The Internet At Http Www Acquistion Gov Far 52 212 4 Contract Terms And Conditions Commercial Items Far 52 212 5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Items Far 52 204 10 Reporting Executive Compensation And First Tier Subcontract Awards Far 52 204 13 System For Award Management Maintenance Far 52 204 18 Commercial And Government Entity Code Maintenance Far 52 204 25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment Far 52 209 6 Protecting The Government S In1terest When Subcontracting With Contractors Debarred Suspended Or Proposed For Debarment Far 52 219 28 Post Award Small Business Program Representation Far 52 222 3 Convict Labor Far 52 222 19 Child Labor Cooperation With Authorities And Remedies Far 52 222 21 Prohibition Of Segregated Facilities Far 52 222 26 Equal Opportunity Far 52 222 50 Combating Trafficking In Persons Far 52 223 18 Contractor Policies To Ban Text Messaging While Driving Far 52 225 13 Restrictions On Certain Foreign Purchases Far 52 232 33 Payment By Electronic Funds Transfer System For Award Management Far 52 232 40 Providing Accelerated Payments To Small Business Subcontractors Far 52 247 34 Fob Destination Dfars 252 203 7000 Requirements Relating To Compensation Of Former Dod Officials Dfars 252 204 7009 Limitations On The Use Or Disclosure Of Third Party Contractor Reported Cyber Incident Information Dfars 252 204 7012 Safeguarding Of Unclassified Controlled Technical Information Dfars 252 204 7015 Notice Of Authorized Disclosure Of Information For Litigation Support Dfars 252 225 7001 Buy American Act And Balance Of Payments Program Dfars 252 225 7002 Qualifying Country Sources As Subcontractors Dfars 252 232 7003 Electronic Submission Of Payment Requests And Receiving Reports Dfars 252 232 7006 Wide Area Workflow Payment Instructions Dfars 252 232 7010 Levies On Contract Payments Dfars 252 243 7002 Requests For Equitable Adjustment Dfars 252 244 7000 Subcontracts For Commercial Items The Following Clause Is Provided In Full Text Far 52 222 19 Child Labor Cooperation With Authorities And Remedies Deviation 2020 O0019 Jul 2020 A Applicability This Clause Does Not Apply To The Extent That The Contractor Is Supplying End Products Mined Produced Or Manufactured In 1 Israel And The Anticipated Value Of The Acquisition Is 50 000 Or More 2 Mexico And The Anticipated Value Of The Acquisition Is 83 099 Or More Or 3 Armenia Aruba Australia Austria Belgium Bulgaria Canada Croatia Cyprus Czech Republic Denmark Estonia Finland France Germany Greece Hong Kong Hungary Iceland Ireland Italy Japan Korea Latvia Liechtenstein Lithuania Luxembourg Malta Moldova Montenegro Netherlands New Zealand Norway Poland Portugal Romania Singapore Slovak Republic Slovenia Spain Sweden Switzerland Taiwan Ukraine Or The United Kingdom And The Anticipated Value Of The Acquisition Is 182 000 Or More B Cooperation With Authorities To Enforce The Laws Prohibiting The Manufacture Or Importation Of Products Mined Produced Or Manufactured By Forced Or Indentured Child Labor Authorized Officials May Need To Conduct Investigations To Determine Whether Forced Or Indentured Child Labor Was Used To Mine Produce Or Manufacture Any Product Furnished Under This Contract If The Solicitation Includes The Provision 52 222 18 Certification Regarding Knowledge Of Child Labor For Listed End Products Or The Equivalent At 52 212 3 I The Contractor Agrees To Cooperate Fully With Authorized Officials Of The Contracting Agency The Department Of The Treasury Or The Department Of Justice By Providing Reasonable Access To Records Documents Persons Or Premises Upon Reasonable Request By The Authorized Officials C Violations The Government May Impose Remedies Set Forth In Paragraph D For The Following Violations 1 The Contractor Has Submitted A False Certification Regarding Knowledge Of The Use Of Forced Or Indentured Child Labor For Listed End Products 2 The Contractor Has Failed To Cooperate If Required In Accordance With Paragraph B Of This Clause With An Investigation Of The Use Of Forced Or Indentured Child Labor By An Inspector General Attorney General Or The Secretary Of The Treasury 3 The Contractor Uses Forced Or Indentured Child Labor In Its Mining Production Or Manufacturing Processes 4 The Contractor Has Furnished Under The Contract End Products Or Components That Have Been Mined Produced Or Manufactured Wholly Or In Part By Forced Or Indentured Child Labor The Government Will Not Pursue Remedies At Paragraph D 2 Or Paragraph D 3 Of This Clause Unless Sufficient Evidence Indicates That The Contractor Knew Of The Violation D Remedies 1 The Contracting Officer May Terminate The Contract 2 The Suspending Official May Suspend The Contractor In Accordance With Procedures In Far Subpart 9 4 The Debarring Official May Debar The Contractor For A Period Not To Exceed 3 Years In Accordance With The Procedures In Far Subpart 9 4 Amendment 01 The Purpose Of Amendment 01 Is To A Change The Quantity From 2 To 1 B Provide Questions And Answers 1 1 Question Is There A Preference To Have A Sole Supplier For Both The Grit Blast System And The Thermal Arc Spray Or Are Both Parts Being Treated Independently Answer Each Item Is Being Solicited And Awarded Separately Amendment 02 The Purpose Of Amendment 02 Is To Provide Question And Answers 2 And 3 2 Question What Type Of Blast System Are You Looking For A Wheel Blast Or An Air Blast System Is There A Current System In Place Answer We Are Not Requiring A Specific Type Of Blaster The Offered Item Must Meet The Solicitation Requirements To Include The For Purchase There Currently Is Not A System In Place 3 Question Are We Allowed To Take Photos At The Site Visit To Help Get The Scope And Space Recorded For Other Team Members Who Won T Be In Attendance Answer Crane Personnel Will Take Pictures As Requested By Attendees During The Site Visit Photos Will Not Be Available Immediately As They Must Be Reviewed For Public Release Prior To Distribution It Is Expected That The Photos Will Be Distributed Within A Few Days After The Site Visit Attendee Cameras Are Not Allowed On The Base Amendment 03 The Purpose Of Amendment 03 Is To Provide Question And Answers 4 Through 20 4 Question Where Is The Vfd Answer On The Wall Directly Behind The Workstation 5 Question Is The Centerline The Same For Both Bomb Sizes Answer No This Is Displayed In Solicitation Attachment 03 With Dimensions 6 Question Is The Rotator Self Supporting Answer Yes 7 Question Are The Parts Entering The Cabinet Dry Answer Yes 8 Question What Is The Height From Floor To Hook Answer 116 5 From Floor To Saddle Of Hook 9 Question Are There Any Explosion Proof Or Fire Suppression Requirements Answer No 10 Question Does The Plc Have To Be Allen Bradley Answer Yes 11 Question Can Equipment Protrude Into Aisle Way Answer No 12 Question If Thermal Arc Spray And Grit Blaster Contracts Are Separate Contractors Will Both Be Notified Who Won Answer An Award Notice Will Be Posted To Beta Sam Gov Upon Award Of Each The Notice Will Be Available To The Public And Will Include The Awardee Information 13 Question Who Is Responsible For Off Loading The Equipment Answer The Awardee Will Be Responsible For The Offloading Of Equipment No Government Equipment Including But Not Limited To Forklifts Will Be Used 14 Question Will The Dust Collector Be Inside Or Out Answer Outside Per Attachment D Figures 15 Question What Is The Availability Of Mhe Forklifts Etc Answer No Government Mhe Is Available For Use 16 Question What Is The Availability Of Air Cfm Answer Air Compressor Is 100Hp 125 Psia At 424 Cfm 17 Question What Is The Power Availability Answer 480V 3 Phase 18 Question Is The Conveyor Shipping Point A Hard Stop Answer Yes 19 Question Who Is Responsible For Measurement Of The Anchor Tooth Profile Depth Of 002 As Described In Requirement 3 This Is Typically Another Spc Process In Production To Ensure The Proper Surface Adhesion In The Thermal Arc Spray Requirement 4 Answer This Will Be Verified By The Government Quality Control Inspector And Or Engineer 20 Question Is There A Sequence Time Limit Example Are You Looking For A Specific Time Frame For Grit Blast Time Per Part Answer Yes See For Purchase Item 7 Amendment 04 The Purpose Of Amendment 04 Is To A Provide Question And Answers 21 Through 24 B Provide Attachment 05 Photos Requested During The Site Visit 21 Question What Is The Primer Spec Answer Mil P 24441 Type Iv Epoxy Polyamide 2 4 Mils Or Mil P 26915C Lt Type Ii Zinch Primer 1 5 2 5 Mils 22 Question What Is The Overall Ceiling Height Answer The Following Dimensions Were Measured Near The Conveyor Line Ceiling Height 174 Concrete Truss 153 Concrete Purlin 163 23 Question Is There A Drawing Of The Floor Plan Answer Floor Plan Drawing Will Not Be Released 24 Question Does The Penetration Leaving The Building Have To Be Wall Or Roof Answer The Existing Hole In The Roof Previously Utilized By The Primer Booth That Will Be Removed Shall Be Used In The Event After Contract Award A More Plausible Hole Location Is Determined And Will Benefit The Us Government An Alternate Hole Size And Location May Be Implemented At The Discretion Of The Us Government Amendment 05 The Purpose Of Amendment 05 Is To A Provide Question And Answers 25 Through 28 B Provide Attachment 06 Location Of Dust Collector 25 Question If A Concrete Pad Is Required For The Grit Blaster s Dust Collector Who Is Responsible For The Pad Answer The Government Will Install The Concrete Pad For The Grit Blast Dust Collector The Awardee Shall Inform The Government Of The Footprint And Weight Of The Dust Collector So That The Concrete Pad Can Be Appropriately Designed And Installed The Dust Collector Shall Be Located In Accordance With Attachment 06 Notification From The Awardee To The Government For The Concrete Pad Specifications Shall Be No Later Than 31 Calendar Days After Contract Award The Government Requires A Minimum Of 60 Calendar Days To Install The Concrete Pad From Date Of Notification Deadline 26 Question Is The Placement Of The Dust Collector Outdoors Absolutely Mandatory During The Site Visit There Was Some Discussion Of The Placement In Our Many Years Of Experience Given The Application There Is No Reason The Dust Collector Needs To Go Outside Answer Yes Upon Further Review Of The Dust Collector Placement It Is Required To Be Outside To Eliminate Noise Inside The Building And To Save On Internal Building Floor Space The Dust Collector Shall Be Located In Accordance With Attachment 06 27 Question What Is The Mil For Primer And Paint Answer For Primer Q Amp A 21 For Topcoat Paint A A 50570 Water Borne Acrylic At 2 4 Mils 28 Question Is A Maintenance Platform Required For The Dust Collector Answer No Amendment 06 The Purpose Of Amendment 06 Is To Extend The Response Date To 11 27 2020 At 12 00 P M Central Time

Key Value

Tender Value
Refer document

Attachment

FileName File Description
Global Tender Document Tender Notice
Attachments
Additional Details Available on Click
✓ Tendering Authority
✓ Publication Document
(Tender Document / Tender Notice )
Disclaimer :
We takes all possible care for accurate & authentic tender information, however Users are requested to refer Original source of Tender Notice / Tender Document published by Tender Issuing Agency before taking any call regarding this tender.
Tell us about your Product / Services,
We will Find Tenders for you

Copyright © 2024 · All Rights Reserved. Terms of Usage | Privacy Policy

For Tender Information Services Visit : TenderDetail