Minnesota Bids > Bid Detail

Friction Tester

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • H - Quality Control, Testing, and Inspection Services
Opps ID: NBD00159292776560421
Posted Date: Aug 2, 2023
Due Date: Aug 16, 2023
Solicitation No: W50S7F23Q0021
Source: https://sam.gov/opp/3b8e11e911...
Follow
Friction Tester
Active
Contract Opportunity
Notice ID
W50S7F23Q0021
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7NG USPFO ACTIVITY MNANG 148
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: Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Aug 02, 2023 03:23 pm CDT
  • Original Date Offers Due: Aug 16, 2023 12:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Aug 31, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: H117 - QUALITY CONTROL- AIRCRAFT LAUNCHING, LANDING, AND GROUND HANDLING EQUIPMENT
  • NAICS Code:
    • 337215 - Showcase, Partition, Shelving, and Locker Manufacturing
  • Place of Performance:
    Duluth , MN 55811
    USA
Description

This is an Air National Guard solicitation for a friction tester prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement is being issued as a request for quotation (RFQ) and constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2023-04. This solicitation is set-aside 100% for small business. North American Industrial Classification Standard 334519 applies to this solicitation; business size standard is 600 employees. The Contracting Officer reserves the right to award under a different NAICS if the company would qualify as a small business under the solicited NAICS.





Open market and GSA Schedule quotes will be accepted.





FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS ACQUISITION. NO CONTRACT AWARD WILL BE MADE UNTIL APPROPRIATED FUNDS ARE MADE AVAILABLE.





The Minnesota Air National Guard has plans to issue a firm-fixed price order for the following:





CLIN 0001: Friction Tester Qty: 1 EA





The friction tester must be FAA, ICAO, and USAF compliant, used year-round for friction testing and have the ability to be raised to allow for normal vehicle usage. Friction tester will have the ability to measure airfield surface friction continuously (Mu and RCR values) via Bluetooth to designated website at speeds ranging from 15-60 mph. This data must be accessible to transient aircraft (military/civilian). Friction tester must have future capability to be upgraded with water system to provide rubber deposit readings. When not in use friction tester cannot interfere with normal vehicle operations. Must include a standalone, touch-screen tablet with a mounting system for inside the cab of the vehicle powered by vehicle battery source. Android or Windows based software must be customizable to adapt to airfield needs and allow for easy operator use in a moving vehicle. The friction tester cannot be affected by packed snow/ice, E36 liquid deicer, sand, dry deicer, or any other contaminant. The unit must be installed on the back end of a Ford F-350 and without voiding any warranties. Unit must be compatible with other pickup type vehicles with easy install and removal in under 30 minutes. Include power inverter if needed for full functionality of referenced vehicle. Must provide training on proper use and vehicle installation at 4680 Viper Street, Duluth, MN 55811.





Reference product: Halliday RT3 or equivalent





CLIN 0002: Installation of Friction Tester





Installation, calibration, and functional check prior to acceptance. Training to include proper use of equipment.





****QUOTATION INSTRUCTIONS****





Preparing and Submitting your Quote:



Offerors shall provide pricing for the above items inclusive of delivery to the Minnesota Air National Guard, 4680 Viper Street, Duluth, MN 55811-6022. These items must be delivered within 60 days after date of contract. If you cannot meet this request, please provide your best delivery date. Please make quotes valid for a minimum of 60 days.





All questions and quotes must be directed to Rebecca Dimler at rebecca.dimler@us.af.mil and Dustin Shearer at dustin.shearer@us.af.mil no later than two business days prior to quote due date. All questions and answers must be in writing. Do not contact other Government personnel, as this will only delay receipt of answers. All questions and the answers provided will be released to all eligible offerors on a non-attribution basis. All terms and conditions remain unchanged unless amended in writing.





Place the solicitation number in the subject line of any email.





Evaluation:



The Government plans to award a contract resulting from this solicitation to the offer conforming to the solicitation which will be most advantageous to the Government and on the basis of a Best Value approach. Quotes will be evaluated using price, technical, delivery, and past performance factors. Technical, delivery and past performance factors, when combined, are approximately equal when compared to price. Quotes may be comparatively evaluated in compliance with FAR 13.106-2 (b) (3). Be sure to submit/attach enough additional information to enable the Government to fully ascertain the specifications/capabilities of any products quoted.





The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waiver informalities and minor irregularities in offers received.



.



GOVERNMENT INTENDS TO ISSUE ONE (1) CONTRACT BUT RESERVES THE RIGHT TO CONSIDER PARTIAL OR MULTIPLE AWARDS. If not already registered in SAM, go to WWW.SAM.GOV to register prior to submitting quote. At the time of evaluation of your quote, your company must have an active status in SAM.gov.





Electronic Documents: All electronic documents must NOT be “secured”, “locked”, or otherwise inaccessible. Submitter risks rejection if documents prove inhospitable to viewing and evaluation. Utilize standard Microsoft or Adobe formats, and net file size of all documents should be less than 10MB.





The selected Offeror must comply with the following Clauses and Provisions, which are incorporated herein by reference:





52.203-6 Restrictions On Subcontractor Sales To The Government (JUN 2020)



52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020)



52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020)



52.204-19 Incorporation by Reference of Representations and Certifications. (DEC 2014)



52.204-23 Prohibition on Contracting for Hardware, Software, and Services… (JUL 2018)



52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020)



52.204-27 Prohibition on a ByteDance Covered Application (JUN 2023)



52.209-6 Protecting the Government's Interest When… (JUN 2020)



52.212-4 Contract Terms and Conditions--Commercial Items (Oct 2018)



52.212-5 Contract Terms and Conditions Required to Implement Statutes… (JUL 2021)



52.219-6 Notice Of Total Small Business Set-Aside (NOV 2020)



52.219-28 Post-Award Small Business Program Representation (NOV 2020)



52.222-19 Child Labor -- Cooperation with Authorities and Remedies (JAN 2020)



52.222-20 Contracts for Materials, Supplies, Articles, and Equipment (JUN 2020)



52.222-21 Prohibition Of Segregated Facilities (APR 2015)



52.222-26 Equal Opportunity (SEP 2016)



52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020)



52.222-50 Combating Trafficking in Persons (OCT 2020)



52.223-5 Pollution Prevention and Right-to-Know Information (MAY 2011)



52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (JUN 2016)



52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving (JUN 2020)



52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021)



52.232-18 Availability of Funds (APR 1984)



52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013)



52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)



52.233-3 Protest After Award (AUG 1996)



52.246-1 Contractor Inspection Requirements (APR 1984)



52.252-2 Clauses Incorporated By Reference (FEB 1998)



52.252-6 Authorized Deviations In Clauses (NOV 2020)



252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011)



252.203-7001 Prohibition On Persons Convicted of Fraud… (DEC 2008)



252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013)



252.204-7003 Control Of Government Personnel Work Product (APR 1992)



252.204-7006 Billing Instructions (OCT 2005)



252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (DEC 2019)



252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016)



252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2023)



252.211-7003 Item Unique Identification and Valuation (MAR 2016)



252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or Hazardous Materials (SEP 2014)



252.223-7008 Prohibition of Hexavalent Chromium (JUN 2013)



252.225-7002 Qualifying Country Sources As Subcontractors (DEC 2017)



252.225-7036 Buy American--Free Trade Agreements--Balance of Payments Program--Basic (DEC 2017)



252.225-7048 Export-Controlled Items (JUN 2013)



252.225-7052 Restriction on the Acquisition of Certain Magnets and Tungsten (OCT 2020)



252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime (MAY 2022)



252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region (JUN 2023)



252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (DEC 2018)



252.232-7010 Levies on Contract Payments (DEC 2006)



252.237-7010 Prohibition on Interrogation of Detainees by Contractor (JUN 2013)



252.243-7001 Pricing Of Contract Modifications (DEC 1991)



252.244-7000 Subcontracts for Commercial Items (OCT 2020)



252.247-7023 Transportation of Supplies by Sea (FEB 2019)





Provisions



52.203-18 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements or Statements--Representation (JAN 2017)



52.204-7 System for Award Management (AUG 2020)



52.204-16 Commercial and Government Entity Code Reporting (AUG 2020)



52.204-17 Ownership or Control of Offeror (AUG 2020)



52.204-20 Predecessor of Offeror (AUG 2020)



52.204-22 Alternative Line Item Proposal (JAN 2017)



52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020)



52.204-26 Covered Telecommunications Equipment or Services-Representation (OCT 2020)



52.207-4 Economic Purchase Quantity-Supplies (AUG 1987)



52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (FEB 2016)



52.212-3 Offeror Representations and Certifications-Commercial Products and Commercial Services (DEV 2023-O00002) (DEC 2022)



52.219-1 Small Business Program Representations (DEV 2023-O00002) (DEC 2022)



52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals – Representation (DEC 2016)



52.225-18 Place of Manufacture (AUG 2018)



52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications. (JUN 2020)



52.233-2 Service of Protest (SEP 2006)



252.203-7005 Representation Relating to Compensation of Former DoD Officials (NOV 2011)



252.204-7008 Compliance With Safeguarding Covered Defense Information Controls (OCT 2016)



252.204-7016 Covered Defense Telecommunications Equipment or Services-Representation (DEC 2019)



252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation (MAY 2021)



252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations (SEP 2019)



252.225-7000 Buy American--Balance Of Payments Program Certificate-- Basic (Nov 2014) (NOV 2014)



252.225-7055 Representation Regarding Business Operations with the Maduro Regime (MAY 2022)



252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region-Representation (JUN 2023)



252.239-7098 Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites—Representation (DEVIATION 2021-O0003) (APR 2021)





252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)





(a) Definitions. As used in this clause—





“Department of Defense Activity Address Code (DoDAAC)” is a six position code that uniquely identifies a unit, activity, or organization.





“Document type” means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF).





“Local processing office (LPO)” is the office responsible for payment certification when payment certification is done external to the entitlement system.





“Payment request” and “receiving report” are defined in the clause at 252.232-7003 , Electronic Submission of Payment Requests and Receiving Reports.





(b) Electronic invoicing. The WAWF system provides the method to electronically process vendor payment requests and receiving reports, as authorized by Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003 , Electronic Submission of Payment Requests and Receiving Reports.





(c) WAWF access. To access WAWF, the Contractor shall—





(1) Have a designated electronic business point of contact in the System for Award Management at https://www.sam.gov; and





(2) Be registered to use WAWF at https://piee.eb.mil/ following the step-by-step procedures for self-registration available at this web site.





(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the “Web Based Training” link on the WAWF home page at https://piee.eb.mil/





(e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol.





(f) WAWF payment instructions. The Contractor shall use the following information when submitting payment requests and receiving reports in WAWF for this contract or task or delivery order:





(1) Document type. The Contractor shall submit payment requests using the following document type(s):





(i) For cost-type line items, including labor-hour or time-and-materials, submit a cost voucher.





(ii) For fixed price line items—





(A) That require shipment of a deliverable, submit the invoice and receiving report specified by the Contracting Officer.





Invoice and Receiving Report OR COMBO



(B) For services that do not require shipment of a deliverable, submit either the Invoice 2in1, which meets the requirements for the invoice and receiving report, or the applicable invoice and receiving report, as specified by the Contracting Officer.





N/A





(iii) For customary progress payments based on costs incurred, submit a progress payment request.





(iv) For performance based payments, submit a performance based payment request.





(v) For commercial financing, submit a commercial financing request.





(2) Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR) 52.213-1 is included in the contract.



(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system.





Routing Data Table*



Field Name in WAWF



Data to be Entered in WAWF



CLIN(s)



____



Pay Official DoDAAC



F87700



Issue By DoDAAC



W50S7F



Admin DoDAAC **



W50S7F



Inspect By DoDAAC



BLOCK #15



Ship To Code



BLOCK #15



Ship From Code



____



Mark For Code



____



Service Approver (DoDAAC)



____



Service Acceptor (DoDAAC)



____



Accept At Other DoDAAC



____



LPO DoDAAC



____



DCAA Auditor DoDAAC



____



Other DoDAAC(s)



____





(4) Payment request. The Contractor shall ensure a payment request includes documentation appropriate to the type of payment request in accordance with the payment clause, contract financing clause, or Federal Acquisition Regulation 52.216-7, Allowable Cost and Payment, as applicable.





(5) Receiving report. The Contractor shall ensure a receiving report meets the requirements of DFARS Appendix F.





(g) WAWF point of contact.





(1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity’s WAWF point of contact.



Rebecca.dimler@us.af.mil





(2) Contact the WAWF helpdesk at 866-618-5988, if assistance is needed.





(End of clause)





Provisions and Clauses for this solicitation can be found in full text at https://www.acquisition.gov/. Additional required clauses other than those listed above may be included as Addenda on the award document.


Attachments/Links
Contact Information
Contracting Office Address
  • KO FOR MNANG DO NOT DELETE 4685 VIPER ST
  • DULUTH , MN 55811-6012
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Aug 02, 2023 03:23 pm CDTSolicitation (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 >