Massachusetts Bids > Bid Detail

Ultrasonic Parts Washer

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 49 - Maintenance and Repair Shop Equipment
Opps ID: NBD00159211755292264
Posted Date: Aug 31, 2023
Due Date: Sep 8, 2023
Solicitation No: FA660623Q0012
Source: https://sam.gov/opp/64612402d2...
Follow
Ultrasonic Parts Washer
Active
Contract Opportunity
Notice ID
FA660623Q0012
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFRC
Office
FA6606 439 CONF PK
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Aug 31, 2023 01:52 pm EDT
  • Original Date Offers Due: Sep 08, 2023 02:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Sep 23, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 4920 - AIRCRAFT MAINTENANCE AND REPAIR SHOP SPECIALIZED EQUIPMENT
  • NAICS Code:
    • 335999 - All Other Miscellaneous Electrical Equipment and Component Manufacturing
  • Place of Performance:
    Chicopee , MA 01022
    USA
Description

(i) This is a combined synopsis/solicitation for commercial products or commercial services 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.



(ii) The solicitation number FA660623Q0012, is hereby issued as a Request for Quotation (RFQ) for Ultrasonic Parts Washer Machine. A contract may be issued without discussions as a Firm-Fixed Price (FFP) award utilizing FAR Part 13, Simplified Acquisition Procedures.



(iii) This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2024-04; Effective 06/02/2023, Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice 04/27/2023 and DAFFARS; Effective 07/07/2023. It is the contractor's responsibility to become familiar with applicable provisions and clauses by visiting https://www.acquisition.gov/.



(iv) This solicitation is a 100% small business set aside and is restricted to small businesses only in accordance with FAR 19.502-2(a). The North American Industry Classification System Code (NAICS) is 335999- All other Miscellaneous Electrical Equipment and Component Manufacturing; Small Business Size Standard is 600 employees.



(v) A list of line-item number(s) and items, quantities, and units of measure (including option(s), if applicable).



CLIN 0001, Parts Washer, 1/EACH



CLIN 0002, Delivery/Shipping, 1/EACH



(vi) Description of requirement: The description covers the minimum requirement for the procurement of one each Ultrasonic Parts Washer. This equipment shall be designed of quality craftsmanship to perform in a constant duty work environment.



Parts Washer shall include:



- Stainless Steel single open tank with a closing lid



- Working Zones Dimensions; Length 46", width 21", depth 16", 120 Gal Liquid Capacity.



- Basket Capacities (typical); length 42", width 18", depth 8"



- Basket pneumatic elevator systems; 300 lbs Load Capacity



-Dimensions stated above are only for the working area on the opening of the tank. This area is required to fit our tire shop parts into the basket for cleaning. The 120 Gal liquid set-up holds extra liquid in the sump pumps, pressure and return lines and the filtration system which is a reference to the whole system and not just the working area of the tank.



- Semi-automated cleaning system that utilize ultrasonic, jetted turbulence, agitation, and immersion process for cleaning the bearings and other components



- Integrated elevator to provide hydraulic flushing action by forcing solution into, though, and around parts on the elevator



- Agitates from 20-200 strokes per minute



- The parts washer will utilize the cleaning solution, MILSPEC A-A-59281, or as approved within the applicable Technical Order (T.O) 4W-1-61.



Applicable documents:



Attachment 1 - FAR 52-204-24 and FAR 52-204-26 (Fill-In)



(vii) Acceptance and FOB destination: Westover ARB, Chicopee, MA 01022-1670 United States



(viii) FAR Provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition.



Contractor must include the following information with their quote: Pricing, Company Name & Address, Point of Contract, Telephone, Email, Cage Code, UEI number, and Business Size.



Contractor must certify provision 52.204-24 and 52.204-26 by completing the attached PDF titled, “Provisions and Clauses Fill In” and submitting it with their quotes.



Quotes shall include the following:



1. Pricing for CLIN 0001 and CLIN 0002



2. Product specifications in sufficient detail to ensure compliance with the technical objectives set forth in the description.



3. Any discount terms offered



4. Contractor’s name, address, CAGE code, & GSA Schedule (if applicable)



5. Contractor point of contact with email and phone number



6. Completed Provisions and Clauses (Attachment 1)



7. Signed copy of Amendments (If Applicable)



Performance to start within 10 days after receipt of order and be complete within 30 days after receipt of order.



Offerors are responsible for verifying receipt of their proposals to this office before offer due date and time.



Any formal communication, once the formal solicitation has been issued, shall be submitted in writing (via email) to the POCs below. It is the offerors’ responsibility to confirm receipt of all formal communications.



(ix) Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition.



(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. Best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price. The following factors shall be used to evaluate offers:



1. Price



2. Technical Acceptability



*Technical Acceptability is achieved when offeror provides proof that the offeror meets the minimum standards of the requested requirement identified in CLIN 0001 above.



(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.



(x) Vendors must certify provision 52.212-3, Offeror Representations and Certifications-Commercial Items, if they have not completed the annual reps and certs in SAM, by filling in the appropriate fields in attached PDF titled, “Provisions and Clauses Fill In” and submitting with your quote.



(xi) Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.



(xii) Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition.



(xiii) A statement regarding any additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices.



IAW FAR 52.204-16, prospective awardees shall have an active Cage Code prior to award of a government contract. To register for a Cage Code and to complete Online Representations and Certifications, go to the System for Award Management (SAM) at https://www.sam.gov/SAM/. All vendors interested and capable of obtaining contract award must be registered with the Wide Area Workflow (WAWF) located at https://piee.eb.mil/piee-landing/. Vendors are required to create and submit invoices electronically through WAWF and receive payment via electronic funds transfer (EFT) for supplies or services rendered.



(xiv) Defense Priorities and Allocations System (DPAS) and assigned rating is not applicable to this acquisition.



(xv) Quotes must be submitted via email no later than date listed in this announcement to joshua.belliveau@us.af.mil and kyle.kiepke.1@us.af.mil with "Solicitation FA660623Q0012" in the subject line and company name. Requests for Information (RFI) concerning this requirement must be submitted in writing to the email list above no later than 06 September 2023, 02:00 pm EDT.



(xvi) Questions concerning this soliciting should be directed to Joshua Belliveau at joshua.belliveau@us.af.mil and Kyle Kiepke at kyle.kiepke.1@us.af.mil.


Attachments/Links
Attachments
Document File Size Access Updated Date
Attachment 1- FAR 52-204-24 and FAR 52-204-26.docx (opens in new window)
27 KB
Public
Aug 31, 2023
file uploads

Contact Information
Contracting Office Address
  • CP 413 557 3508 250 AIRLIFT DR BLDG 2400
  • WESTOVER AFB , MA 01022-1508
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Aug 31, 2023 01:52 pm EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >