Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2005 FBO #1292
SOLICITATION NOTICE

66 -- Vaccum Chamber

Notice Date
3/11/2005
 
Notice Type
Solicitation Notice
 
NAICS
332420 — Metal Tank (Heavy Gauge) Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185
 
ZIP Code
93524-1185
 
Solicitation Number
F2LMCA05002700
 
Response Due
3/22/2005
 
Point of Contact
Marc Venzon, Contract Negotiator, Phone 661-277-9566, Fax 661-275-7871, - Nicasio Arabe, Contract Negotiator, Phone 661-277-3321, Fax 661-275-7884,
 
E-Mail Address
marc.venzon@edwards.af.mil, nicasio.arabe@edwards.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplement 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. The solicitation is a request for quotation (RFQ). The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-01 and DFARs Change Notice (DCN) 20050222. This acquisition is a small business set-aside. NAICS code is 332420 with a small business size standard of 500 employees. This requirement is for a Vacuum Chamber. The specifications are as follows: CLIN 0001 One (1) Vacuum Chamber. - 96” Wide by 120” Long; - Constructed of T-304 Stainless Steel; - Hinged Door; - Saddle mounted centerline 56”; - (2) 59 ½” ASA Ports for CVI-1200 cryopump; - (12) ASA 16” Ports; - (1) 13.5” OD ASA Port or 9” ID ASA Port; - (20-25) 2 ¾” Ports . The following provisions apply: Provision FAR 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. FAR 52.212-1, Instructions to Offerors-Commercial Items (addendum to paragraph (h): a single award will be made; FAR clause 52.212-2, Evaluation--Commercial Items, the following factors shall be used to evaluate offers: (1) Technically acceptable and (2) Price - Award will be made to the lowest cost, technically acceptable responsible offeror; FAR clause 52.212-3, Offeror Representations and Certifications - Offerors must include a completed copy of the provision with the offer via the ORCA website. Instructions for completing this requirement can be found by going to website http://orca.bpn.gov/ and http://orca.bpn.gov/help.aspx. In order to register via ORCA, vendor must also have an active DUNS Code (Dunn and Bradstreet - http://www.dnb.com/us/), be actively registered in the Central Contracting Registration (CCR - https://www.bpn.gov/CCR/scripts/index.html) system, and obtain a Marketing Partner Identification Number (MPIN -http://www.ccr.gov/mpin.asp). Offerors shall provide the information required in the clause; FAR clause 52.212-4, Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items, include the following clauses incorporated by reference: FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies, FAR52.222-21- Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); and clause 52.232-33 Mandatory information for electronic funds transfer payment technically acceptable offer. The following DFARs clauses apply to this acquisition: 252.212 7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items. Additional information: Technical point of contact for technical questions: Lt Jared Ekholm, 661-275-3205. Contractual point of contact is: Marc Venzon, 661-277-9566 fax 661-275-7871, Email: marc.venzon@edwards.af.mil. Responses must be received no later than (NLT) 1:00 p.m., Pacific Standard Time, 22 Mar 2005. Responses should be submitted to: Marc Venzon, Air Force Flight Test Center (AFFTC/PKTB), Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA 93524. Faxed transmissions of quotes are preferred. Telephone requests to be placed on a mailing list will not be honored. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (11-MAR-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 08-JUN-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFMC/AFFTC/F2LMCA05002700/listing.html)
 
Place of Performance
Address: Edwards AFB, CA
Zip Code: 93524
 
Record
SN00825460-F 20050610/050608214100 (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.