California Bids > Bid Detail

Stainless Steel Tubing Piping Welding

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 34 - Metalworking Machinery
Opps ID: NBD00159290852605676
Posted Date: Dec 21, 2022
Due Date: Dec 21, 2022
Solicitation No: FA930223Q0003
Source: https://sam.gov/opp/b69b3326a9...
Follow
Stainless Steel Tubing Piping Welding
Active
Contract Opportunity
Notice ID
FA930223Q0003
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFMC
Sub Command
AIR FORCE TEST CENTER
Office
FA9302 AFTC PZZ
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 View Changes
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Dec 21, 2022 11:25 am PST
  • Original Published Date: Dec 09, 2022 10:39 am PST
  • Updated Date Offers Due: Dec 21, 2022 04:00 pm PST
  • Original Date Offers Due: Dec 13, 2022 03:00 pm PST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jan 05, 2023
  • Original Inactive Date: Dec 28, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 3439 - MISCELLANEOUS WELDING, SOLDERING, AND BRAZING SUPPLIES AND ACCESSORIES
  • NAICS Code:
    • 333992 - Welding and Soldering Equipment Manufacturing
  • Place of Performance:
    Edwards , CA 93524
    USA
Description View Changes

The purpose of this Amendment 4 to the Combined Synopsis Solicitation is to:



1. Re-open Solicitation as information has been changed to reflect our need. The time has been changed from 12/21/2022 @ 12:00 PM PST to 12/21/2022 @ 4:00 PM PST.



Solicitation Due Date is Wednesday, December 21, 2022 @ 4:00 PM PST.



2. Estimated Welds = 150 to 200. Period of Performance must be 1/16/2023 – 1/27/2023



Multiple quotes are authorized but be mindful of the evaluation factors below:



The agency will first rank quotations according to price, from lowest to highest, and will evaluate the three (3) lowest-priced quotations as either technically acceptable or unacceptable, reserving the right to evaluate additional quotations for technical acceptability if deemed to be in the best interest of the government.



Evaluation Factors:

1. Price

2.Technical Acceptability

Technically Acceptable Subfactors:

a. Ability to provide welding services/supplies and installation per specification in the SOW.

b. Experience - submit at least two (2) instances of providing welding services



Experience, for those offers submitting at least two (2) providing welding services/supplies and installation, quality will be assigned ratings of satisfactory or unsatisfactory, offerors rated unsatisfactory will be found not technically acceptable for experience.



The Government will award a contract resulting from the RFQ to the responsible offeror whose quote is responsive to the RFQ and considered to be the Best Value based on the criteria set forth above.



(i) This is a combined synopsis/solicitation for commercial items prepared IAW the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this requirement; quotations are being requested and a written solicitation will not be issued.





(ii) The solicitation number is FA9302-23-Q-0003 and is issued as a Request for Quotation (RFQ).





(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-06 effective 12 Jul 2021, DFARS Publication Notice (DPN) 20210709 effective 9 Jul 2021, and Air Force Acquisition Circular (AFAC) 2021-0726, effective 26 Jul 2021.







(iv) This acquisition allows for a small business set-aside with an associated NAICS code of 333992 – Welding and Soldering Equipment Manufacturing, small business size standard of 75 Employees. The associated Service Code is 3439-Miscellaneous Welding, Soldering, and Brazing Supplies and Accessories.





(v) The scope of this project requires:



3.1. Contractor is responsible to provide all required welding equipment, material, tools, etc. to meet welding requirements per this SOW.



3.2. Note: Estimated quantity of joints to weld are between 100 and 150 comprised of 1” and ½” Stainless Steel Tubing.



3.2.2. Contractor shall weld the SS Tubes seamless 304 or 316 Stainless Steel Sch. 5 tubing.



3.2.2.1. PAO Supply and Return Lines 1.00 Nominal Pipe Size



3.2.2.2. EGW Supply and Return Lines .50 Nominal Pipe Size



3.2.3. Contractor performing the welding shall ensure that the SS tubing can meet a Pressure Test IAW ASME B31.9 Section 937.4 using nitrogen gas to meet the below referenced pressures.



3.2.3.1. For PAO Supply and Return Lines Use 360 PSI Max



3.2.3.2. For EGW Supply and Return Lines Use 180 PSI Max



Please see attached Statement of Work (SOW) Dated 5 Dec 2022 for all details.





(vi) The Government Place of Performance is BLDG 1020 EDWARDS AFB, CA 93524. All supply and install shall be F.O.B. Destination-Edwards AFB, CA 93524.





(vii) The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Provisions and clauses can be viewed through Internet access at the Air Force FAR Site, acquisition.gov.





ADDENDUM TO FAR 52.212-1 Instructions to Offerors Commercial Items





Offerors shall prepare their quotations IAW FAR 52.212-1, (Note: Offerors may submit quotes via email, please note the maximum file size is 10MB. Emails over this file size will not be received.) In addition, the following information shall be included:





1. Offeror Name



2. Address



3. CAGE Code



4. Primary NAICS



5. Business Size and Socioeconomic Program (if applicable) (i.e., SDVOSB, etc.)



6. Payment Terms (net 30) or Discount



7. Point of Contact & Phone Number



8. Offeror Email address



9. A spreadsheet the breaks down the price elements



10. Technical and Company Capability:





a. A technical and company capability narrative, not to exceed ten (10) pages, demonstrating firm’s capabilities to provide the services and full extent of items as outlined within the SOW. The narrative shall provide the Government with a reasonable assurance that the firm has the relevant capability required to meet or exceed the requirement.





b. Brochures, lists and any other specific and pertinent information as pertains to this particular area of procurement that would enhance our consideration and evaluation of the information submitted.





(viii) FAR 52.212-2 Evaluation – Commercial Items, is applicable to this RFQ.





ADDENDUM TO FAR 52.212-2 Evaluation Commercial Items





The solicitation provides that quotations will be evaluated using Best Value to the Government. The award will be made on the basis of the lowest evaluated price of quotes meeting or exceeding the acceptability standards for non-cost factors. The technical acceptability factor contains two non-cost subfactors:





1. Ability to provide all requirements in the attached Statement of Work, TAA compliant and,



2. Experience offers must submit at least two (2) instances of welding services/supplies.





The agency will first rank quotations according to price, from lowest to highest, and will evaluate the three (3) lowest-priced quotations as either technically acceptable or unacceptable, reserving the right to evaluate additional quotations for technical acceptability if deemed to be in the best interest of the government.





Evaluation Factors:

1. Price

2.Technical Acceptability

Technically Acceptable Subfactors:

a. Ability to provide welding services/supplies and installation per specification in the SOW.

b. Experience - submit at least two (2) instances of welding services/supplies.





Experience, for those offers submitting at least two (2) welding services/supplies and installation, quality will be assigned ratings of satisfactory or unsatisfactory, offerors rated unsatisfactory will be found not technically acceptable for experience.





The Government will award a contract resulting from the RFQ to the responsible offeror whose quote is responsive to the RFQ and considered to be the Best Value based on the criteria set forth above.





(ix) Offerors must include with their quote a completed copy of the provision at FAR 52.204-7 together with DFARS 252.204-7004 Alternate A, System for Award Management and FAR 52.212-3, Offeror Representations and Certifications—Commercial Items with Alternate 1, with their quote, unless this information has been submitted electronically as part of its annual representations and certificates at https://www.sam.gov.





(x) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (May 2015), applies.





(xi) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Nov 2015) applies.





(xii) This acquisition requires no 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. Commercial interim and/or advance payments will not be made.





(xiii) DPAS assigned rating is N/A.





(xiv) QUOTES ARE DUE NO LATER THAN 1500 PST on 13 December 2022.





(xv) Quotes shall be submitted electronically to contracting specialist to Kimberly McGee at kimberly.mcgee@us.af.mil and contracting officer John Walker at john.walker.68@us.af.mil.





The offeror agrees to hold the prices in its quote firm for 30 calendar days from the date specified for receipt of quotes.





Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing sources sought responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.





Any information provided is strictly voluntary. The government will not pay for information submitted in response to this synopsis/solicitation.





Attachment:




  1. Statement of Work (SOW)

  2. Solicitation FA9302-23-Q-0003

  3. IHAT-09-13-22 Details and Drawings


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • CP 661 277 4503 5 SOUTH WOLFE AVE BLDG 2800
  • EDWARDS AFB , CA 93524-1185
  • USA
Primary Point of Contact
Secondary Point of Contact
History

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 >