Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2004 FBO #0933
MODIFICATION

A -- Table Top Servohydraulic Machine

Notice Date
6/14/2004
 
Notice Type
Modification
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
1940 Allbrook Drive Suite 3 Wright-Patterson AFB, OH, 45433-5309
 
ZIP Code
45433-7218
 
Solicitation Number
FA860104R0047
 
Response Due
7/1/2004
 
Archive Date
10/31/2004
 
Point of Contact
Jacqueline Davis,937-257-6146 x4224
 
E-Mail Address
jacqueline.davis@wpafb.af.mil
(jacqueline.davis@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Synopsitation for Table Top Servohydraulic Machine, FA8601-04-R-0047. PLEASE NOTE CHANGE IN RESPONSE DATE TO 2:30 PM 1 JULY 2004 This is a combined synopsis/solicitation. COMPLETE PROPOSAL PACKAGES, INCLUDING PRICE PROPOSAL, TECHNICAL CAPABILITY INFORMATION AND REPS AND CERTS MUST BE SUBMITTED BY 2:30 P.M. EDT ON THURSDAY, 1 JULY 2004. Requirement is for a Table Top Servohydraulic Machine, a commercial commodity to be procured for the Air Force Institute of Technology (AFIT), Wright- Patterson Air Force Base, prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. No hard copies will be sent. This solicitation, FA8601-04-R-0047 is issued as a Request for Quote (RFQ) and is being conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-22 + 23. PROPOSED ACQUISITION IS UNRESTRICTED, FULL AND OPEN COMPETITION. Responding parties must indicate their business size status in relation to the applicable North American Industry Classification System (NAICS) code 334519, Standard Industrial Classification (SIC) code 3829 (size standard 500 employees). Businesses providing quotes must also identify and address if they are a large, small, 8(a), woman owned, Hubzone, or otherwise classified as a small disadvantaged business in their responses. A Firm Fixed Price type contract is anticipated with one line item (0001) for the Table Top Servo Hydraulic Machine. Minimum system requirements are attached at www.pixs.wpafb.af.mil. Proposal packages should include price proposal for delivery of proposed items to the Air Force Institute of Technology, Wright-Patterson Air Force Base, Ohio, 45433-7765 (FOB Desination), indicate availability date for delivery, a Capabilities Package that includes a line-by-line response to each paragraph of the Minimum System Requirements document, descriptive literature to allow a complete evaluation of the equipment being offered to determine if it meets minimum requirements, and a list of utility requirements necessary for operation of the offered equipment. A technical description of the items being offered SHALL be submitted in sufficient detail to evaluate compliance with the minimum requirements. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT PROVIDED WITH THE PROPOSAL. If a Capabilities Package was submitted in response to the Sources Sought Announcement that was posted to this web site on 6 May 2004 you do not need to submit another. All offerors shall complete the fill-ins at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items, which is attached at www.pixs.wpafb.af.mil and provide with their quote. Offerors shall also complete the synopsitation package attached at www.pixs.wpafb.af.mil. The following provisions apply to this acquisition and are hereby incorporated: FAR 52.212-1, Instructions to Offerors – Commercial. Supplemented by the above instructions. FAR 52.212-2, Evaluation - Commercial Items. Evaluation criteria to be included in paragraph (a) of provision 52.212-2 are as follows: Evaluation of proposals and subsequent award will be based on a determination of best value to the Government based on technical capability of the item offered to meet the Government requirement and price, with technical capability being more important than price. A technical description of the items being offered SHALL be submitted in sufficient detail to evaluate compliance with the requirements unless previously submitted in response to Sources Sought Announcement.. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, is listed as an attachment on the website listed above and must be submitted with the proposal. FAR 52.252-1, Solicitation Provisions Incorporated by reference. Fill In: http://farsite.hill.af.mil/ FAR 52.252-5, Authorized Deviations in Provisions. Fill In: Defense Federal Acquisition Regulation, 48 CFR Chapter 2 The following clauses are hereby incorporated and will be included in subsequent award either by reference or in full text. FAR 52-203-6 Alt I, Restrictions on Subcontractor Sales to the Government FAR 52.212-2, Evaluation--Commercial Items. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items FAR 52.212-4, Contract Terms and Conditions -- Commercial Items FAR 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation) FAR 52-219-8, Utilization of Small Business Concern FAR 52.222-3, Convict Labor FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-22, Previous Contracts And Compliance Reports FAR 52.222-25, Affirmative Action Compliance FAR 52.222-26, Equal Opportunity FAR 52.222-35, Equal Opportunity for Special Disabled Veterans FAR 52-222-36, Affirmative Action for Workers with Disabilities FAR 52-222-37, Employment Reports on Special Disabled Veterans FAR 52.225-13, Restriction on Certain Foreign Purchases; and FAR 52.233-3, Protest After Award FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration FAR 52.252-2, Clauses Incorporated by Reference, Fill In: http://farsite.hill.af.mil FAR 52.252-6, Authorized Deviations in Clauses, Fill In: Defense Federal Acquisition Regulation (Defense Federal Acquisition Regulation, 48 CFR Chapter 2) DFARS 252.204-7004 Alt A, Required Central Contractor Registration Alternate A DFARS 252.204-7003, Control Of Government Personnel Work Product DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country DFARS 252.209-7004, Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Status or Executive Orders Application to Defense Acquisitions of Commercial Items DFARS 252.225-7001, Buy American Act and Balance of Payments DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.232-7003, Electronic Submission of Payment Requests A registration page will be attached to the web site. If you would like to receive notice of any amendments and/or addendum that may be issued to this solicitation, you may register. Whether or not you register for updates, it is your responsibility to review the web site for any changes to the RFP. Contractors that are debarred, suspended or proposed for debarment are excluded from receiving contracts. Proposals prepared by debarred, suspended or otherwise ineligible contractors are at the risk and expense of the contractor. Contract financing will not be provided for this acquisition. Submit complete proposal packages, including price proposal, technical capability information and Reps and Certs by 2:30 P.M. EDT ON THURSDAY, 1 JULY 2004, to Ms Jacque Davis, 88 ABW/PKSB, 1940 Allbrook Drive, Suite 3, Wright-Patterson AFB, OH 45433-5309. Proposal packages may also be faxed to 937- 257-3926 or sent electronically to Jacqueline.Davis@wpafb.af.mil. Contractors must be registered in Central Contractor Registration (CCR) prior to award for all solicitations issued after 31 May 1998. DUNS/CCR website is http://ccr.gov. For questions on this solicitation, please call Ms Jacque Davis, (937) 257-6146, Ext. 4224, or email: Jacqueline.Davis@wpafb.af.mil. For more information on 04R0047--Table Top Servohydraulic Machine please refer to http://www.pixs.wpafb.af.mil/pixslibr/04R0047/04R0047.asp NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (14-JUN-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
04R0047-Table Top Servohydraulic Machine
(http://www.eps.gov/spg/USAF/AFMC/ASC/FA860104R0047/listing.html)
 
Place of Performance
Address: Wright-Patterson Air Force Base OH
Zip Code: 45433
Country: USA
 
Record
SN00603269-F 20040616/040614212903 (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.