Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2003 FBO #0495
SOLICITATION NOTICE

66 -- Length Measuring Machine Upgrade

Notice Date
4/7/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFMETCAL, 813 Irving Wick Dr. W., Heath, OH, 43056-6116
 
ZIP Code
43056-6116
 
Solicitation Number
F33660-03-Q-0025
 
Archive Date
5/6/2003
 
Point of Contact
Lisa Engle, Contract Specialist, Phone 740-788-5049, Fax 740-788-5157, - Glenna Pound, Contracting Officer (Location Admin), Phone 740-788-5043, Fax 740-788-5157,
 
E-Mail Address
Lisa.Engle@Afmetcal.af.mil, glenna.pound@afmetcal.af.mil
 
Description
The Air Force Metrology and Calibration Program (AFMETCAL), Detachment 1, Heath, OH intends to award a sole source purchase order under Simplified Acquisition Procedures (SAP) for the purchase of 14 each of Length Measuring Machine Upgrade, in accordance with Purchase Description number 1M-03-MLEM-RLT-01, dated 21 November 2002, Data in accordance with DD forms 1423, and 1664?s. (Calibration Certificates, Acceptance Test Plan, Software User manual, Technical Manuals, TM-86-01D). The complete Purchase Description, Data, Testing, and Technical Manual requirements are available at this site. All referenced documents are available for download from this site. This purchase order is anticipated to be sole source to Mahr Federal Inc., Cincinnati, OH. This is a combined synopsis/solicitation for items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. A written request for quotation will not be issued. It is the offeror?s responsibility to monitor this site for the release of amendments (if any). This solicitation number, F33660-03-Q-0025, is a Request for Quotation (RFQ). The North American Industry Classification System (NAICS) Code is 334513 and the business size standard is 500 employees. Scope: The contract will provide an upgrade to the existing length measuring machine, P/N 828-631022. This upgrade will consist of additional accessories, mapping the machine for improved accuracy, and PC/software enhancement for automatic data collection and storage. See the purchase description for the complete requirement description. A Contractor Provided Test Plan I/A/W DI-QCIC-80553 is required 90 days after contract award. The First Article Unit will be shipped to Warner Robins for installation after upgrade. Once upgraded by the vendor, the vendor will be responsible to ship the unit to the Air Force Primary Standards Lab (AFPSL), in Heath, Oh, for acceptance testing. One day of training will be required at the AFPSL. The First Article Unit is to be delivered 180 days after date of award. The Government shall be notified 30 days in advance of shipping the First Article Unit. The acceptance testing of the First Article Unit, and notification of acceptance or failure to the contractor will take approximately 45 days. Production quantities shall begin 180 days after acceptance of the First Article Unit, and continue at the rate of one unit every 30 days. Units to be upgraded will be delivered by the PMEL?s to the vendor using a vendor supplied shipping container. Vendor is responsible for shipping the unit directly back to the PMEL using a vendor supplied shipping container. One day of training will be required at each of the 14 PMEL?s after installation of the upgraded unit. The training will be 1 day, at each of the following PMEL?s, and in the following order: Robins AFB, GA (FAT unit), Hill AFB, Utah, Kadena AB, Japan, Tinker AFB, Ok, RAF Feltwell, UK, Elmendorf AFB, AK, Cape Canaveral AFB, FL, Edwards AFB, CA, Vandenberg AFB, CA, Eglin AFB, FL, Otis ANGB, MA, Holloman AFB, NM, Wright Patterson AFB, OH, and Kirtland AFB, NM. This requirement for upgrade is available from only one responsible source. No other type of supply or service will satisfy agency requirements. Interested persons may identify their interest and capability to meet the requirement. This notice of intent is not a request for competitive proposals. If no written response is received at AFMETCAL by the closing date, to the effect that comparable supplies/services are available that would be more advantageous to the Government than obtaining these supplies/services through a sole-source procurement with Mahr Federal, a sole-source award will be made. The following clauses apply to this acquisition and are incorporated by reference: FAR 52.212-1, FAR 52.212-2, FAR 52.212-3, FAR 52.212-4, and FAR 52.212-5. The offer must: (1) be for the items described above; (2) be FOB destination; (3) include a delivery schedule and discount/payment terms; (4) be signed by an authorized representative of the company; (5) include a telephone number, and a facsimile number; (6) be registered in the CCR; (7) include their taxpayer identification number (TIN), DUNS number, and CAGE code. This will be a DO-A7 rated order. Offers are due by 21 April 2003, no later than 4:00pm EST to: Lisa Engle, AFMETCAL Det 1/MLK, 813 Irving Wick Drive West, Heath, OH 43056-6116. Facsimile submissions are permissible with the follow-up of an original sent by mail. Any offer or modification to an offer received after the exact time specified for receipt of offers will not be considered.
 
Record
SN00297382-W 20030409/030407213452 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.