New Mexico Bids > Bid Detail

High Vacuum ISO 500 gate valve with ANSI flange

Agency:
Level of Government: Federal
Category:
  • 48 - Valves
Opps ID: NBD00159052979238084
Posted Date: Dec 14, 2023
Due Date: Jan 3, 2024
Source: https://sam.gov/opp/89c050a678...
Follow
High Vacuum ISO 500 gate valve with ANSI flange
Active
Contract Opportunity
Notice ID
FA945324QX004
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR FORCE MATERIEL COMMAND
Sub Command
AIR FORCE RESEARCH LABORATORY
Office
FA9453 AFRL RVK
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Updated Published Date: Dec 14, 2023 08:26 am MST
  • Original Published Date: Dec 13, 2023 02:57 pm MST
  • Updated Date Offers Due: Jan 03, 2024 04:00 pm MST
  • Original Date Offers Due: Jan 03, 2024 04:00 pm MST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jan 18, 2024
  • Original Inactive Date: Jan 18, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 4810 - VALVES, POWERED
  • NAICS Code:
    • 332911 - Industrial Valve Manufacturing
  • Place of Performance:
    Kirtland AFB , NM 87117
    USA
Description

SOLICITATION NOTICE:





Requirement Title: High Vacuum ISO 500 gate valve with ANSI flange





Solicitation Number: RFQ – 1670463





Solicitation Issue Date: 13 December 2023





Response Deadline: 03 January 2024 no later than 1600 hours (MST)





Points of Contacts: Tyler Breedlove / tyler.breedlove.1@spaceforce.mil / 505-853-2989





Alternate POC: Same info as previous





Contracting Officer: Paige Thompson / paige.thompson@spaceforce.mil / 505-846-2070



(Please email)







GENERAL INFORMATION





1. This is a combined synopsis/solicitation notice for commercial product/services prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This is a request for information (RFQ).





2. This solicitation is being issued as a(n): Request for Quote (RFQ).





3. This acquisition is set-aside 100% for Small Business Competition.





4. North American Industry Classification System Code (NAICS) is 332911 – Industrial Valve Manufacturing.





5. The size standard of 750 employees. All qualified small businesses under this industry are encouraged to submit quotes.





6. This announcement falls under GSA and SAM.







REQUIREMENT INFORMATION





Description: Quantity: 1





Requirements:






  1. ISO-500 High Vac automatic vacuum gate valve.






  1. ID=20” +/- ISO standard. Must work with ISO HV Centering Ring (holds O-ring seal)






  1. OD = 27.5” +/- whatever. The ID & BC are the critical dimensions.






  1. Bolt Circle, BC = 25”. This will match exactly our CIT-Cryo-Torr 500 pump. See Attachment 1.






  1. Bolt size = 1” (or 24mm or 25mm). Coarse thread pitch. Taped into the valve flange.






  1. Surface = flat. The CTI pump has an O-ring grove.








  1. Throttleable, i.e., able to stop at intermediate opening.






  1. Fit into a constrained environment will be a consideration, therefor CAD drawings are essential.






  1. Stainless Steel or Aluminum are both acceptable.






  1. Indicators for full open/close.






  1. Bidirectional vacuum hold.







Place of Delivery/Performance/Acceptance/FOB Point:





F.O.B. Destination: Kirtland AFB, New Mexico 87117 (exact customer address will be provided in the resulting contract).





INSTRUCTIONS TO OFFERORS





FAR provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. As prescribed in FAR 12.301(b)(1), the following addendum is provided for this solicitation and hereby amends any language therein:





1. Questions may be submitted to the POCs, and Contracting Officer listed above no later than 02 January 2024. Questions submitted after this date may not be answered.



2. Quotes in response to this solicitation must be submitted via email to the POC and Contracting Officer listed above no later than the established deadline.



3. Product must be available on the OPEN MARKET PRICING. Quotes must contain the following information below, including the GSA Contract Number, if possible:



Company Name: Point of Contact:



Address: Telephone Number:



Discount Terms: SAM Registered: Yes/No



Small Business: Yes/No DUNS #



CAGE # Estimated Delivery Date:



Signature / Date: Printed Name:





EVALUATION CRITERIA



(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. The following factors shall be used to evaluate offers:



i – Technical Acceptability, technical evaluation team will evaluate by assigning a rating of “acceptable” or “unacceptable”. The Government will evaluate a minimum of three (3) lowest priced offers for technical acceptability in accordance with the solicitation. If none of the lowest three (3) are technically acceptable, the Government will evaluate the next three (3) lowest priced proposals until one proposal is technically acceptable, or until all offers have been evaluated. Only those proposals considered technically acceptable will receive further consideration for award. Once a proposal is deemed acceptable, all technical proposals are considered equal.




  1. Provide the most optimal Delivery Schedule.






  1. Quote must be in US Dollars.





ii – Price – Price will be evaluated on a comparative basis amongst all received quotations and the Government’s estimate.





CLAUSES AND PROVISIONS





FAR provision 52.212-3, Offeror Representations and Certifications – Commercial Items with an Alternate I applies to this acquisition; the offeror verifies by submission of their offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation.





FAR clause 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition.





FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition; the following checked clauses are hereby included by reference:






  • 52.222-19, Child Labor--Cooperation with Authorities and Remedies

  • 52.222-21, Prohibition of Segregated Facilities

  • 52.222-26, Equal Opportunity

  • 52.222-36, Equal Opportunity for Workers with Disabilities

  • 52.222-50, Combating Trafficking Persons

  • 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





The provisions and clauses listed below have been determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. All provisions and clauses are available at https://www.acquisition.gov/.





The following provisions and clauses are hereby included by full text or by reference as prescribed:






  • 52.204-7, System or Award Management

  • 52.211-6, Brand Name of Equal To

  • 52.247-34, F.O.B Destination

  • 252.232-7006, Wide Area Workflow Payment Instructions









ATTACHMENTS





Attachment 1 – Bolt Circle Drawing


Attachments/Links
Contact Information
Contracting Office Address
  • ADMINISTRATIVE ONLY NO REQUISITIONS 3550 ABERDEEN AVE SE
  • KIRTLAND AFB , NM 87117
  • 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 >