Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 26, 2005 FBO #1157
SOLICITATION NOTICE

66 -- Blow Down Wind Tunnel Control Valve

Notice Date
1/24/2005
 
Notice Type
Solicitation Notice
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
1940 Allbrook Drive Suite 3 Wright-Patterson AFB, OH, 45433-5309
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-05-T-0046
 
Response Due
2/1/2005
 
Archive Date
3/31/2005
 
Small Business Set-Aside
N/A
 
Description
NA This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation FA8601-05-T-046 is issued as a Request for Quotations (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-04. The associated standard industrial classification (SIC) code is 3823 and the North American Industry Classification System (NAICS) code is 334513. The small business size standard is 500 employees. This RFQ is being conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). No paper copies of this solicitation will be provided. The RFQ has one (1) line item. LINE ITEM 0001: Blow Down Wind Tunnel Control Valve, which must include the specifications shown on the attached Minimum Requirements Document. Offer/Quote should include a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary. FOB point is Destination (Wright-Patterson AFB OH 454330. Quoted prices should be delivered (FOB Destination) prices. Solicitation provisions at FAR 52.212-1, Instructions to Offerors ? Commercial (Mar 2000) are hereby incorporated by reference. Award will be based upon best value to the government considering cost and technical acceptability, see FAR 52.212-2 -- Evaluation -- Commercial Items. All offerors shall include with their offers a completed copy of provision 52.212-3, Offeror Representations and Certification Commercial Items. Clause 52.212-4, Contract Terms and Conditions, Commercial Items (Dec 01), is hereby incorporated by reference. The following additional FAR clauses cited in FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items are applicable to the acquisition: 52.211-6, Brand Name or Equal; 52.204-6, Data Universal Numbering System (DUNS) Number; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of Vietnam Era. The following FAR clauses are incorporated into this contract by reference to implement provisions of law or executive orders: 52.223-3, Hazardous Material Identification and Material Safety; and 252.204-7004, Required Central Contractor Registration; are hereby incorporated by reference. IMPORTANT NOTICE TO CONTRACTORS: Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payments (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow-Receipt and Acceptance (WAWF- RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost, at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at https://wawf.eb.mil/. All proposals, Representations and Certifications, and Central Contractor Registration Information are due 16:00 PM ET on 01 February 2005 and must be submitted to Tammy Tobe, 88 CONS/PKBB, 1940 Allbrook Drive, Suite 3, Wright- Patterson AFB OH, 45433-5309. For information concerning this solicitation, contact Tammy Tobe at (937) 257-0243 (FAX 937-257-1207) or tammy.tobe@wpafb.af.mil. Two (2) documents (Representations and Certifications Document and Minimum Specifications Document) to this combined synopsis/solicitation is attached at www.pixs.wpafb.af.mil, (FA8601-05-T- 0093). Contractors must be registered in CCR prior to award for solicitations issued after 31 May 1998. Tel: 1-888-CCR-2423 Fax: 1-703-696-0213. Duns/CCR Website: http://ccr.edi.disa.mil/ccr/cgibin//query.pl. All information regarding this acquisition will be posted on the World Wide Web at http://www.pixs.wpafb.af.mil. For more information on 05T0046--Blow Down Wind Tunnel Control Valve please refer to http://www.pixs.wpafb.af.mil/pixslibr/05T0046/05T0046.asp
 
Web Link
05T0046-Blow Down Wind Tunnel Control Valve
(http://www.pixs.wpafb.af.mil/pixslibr/05T0046/05T0046.asp)
 
Place of Performance
Address: U.S.A.
Zip Code: 45433
Country: U.S.A.
 
Record
SN00738953-W 20050126/050124211736 (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.