Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 30, 2005 FBO #1404
MODIFICATION

70 -- ALL INCLUSIVE INVENTORY CONTROL SYSTEM

Notice Date
9/28/2005
 
Notice Type
Modification
 
NAICS
334111 — Electronic Computer 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
F1S1AB5221BN01
 
Response Due
9/28/2005
 
Archive Date
10/30/2005
 
Point of Contact
Kim Rabatin, Contract Specialist, Phone 661-277-7586, Fax null,
 
E-Mail Address
kim.rabatin@edwards.af.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Price Quotes are being requested and a written solicitation will not be issued. This is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-05 and DFARs Change Notice (DCN) 20050901. Standard Industrial Classification (SIC) code is 7030. NAICS is 33411. The size standard is 1,000 employees. This acquisition is a 100% Small Business set-aside for the purchase of Brand Name or equal items. Simplified Acquisition Procedures (The award will be less than $100,000) will be followed. This purchase will be for all-inclusive Cribmaster inventory control system. We are seeking to purchase 258 Printer: Datamax E4204 printer kit cribmaster accuport--secondary master; 240 on-site installation & training; TGR5236A0C-R00 2X2 RFID Adhesive Inlay Tags; 512 CribMaster Toolbox (secondary master) Brand name or equal justification follows: 1. The 412 CMS/MXMP requests a Brand Name or Equal purchase for CribMasters windows based software. The CribMasters windows based software is the most feature packed and versatile tool crib software available on the market today. Cribmaster electronically automates the tasks involved with managing bench-stock inventory in a manufacturing workplace. It manages the issuing of bench-stock items, linking directly to point-of-use distribution, tracking usage by cost centers, automatically generating and sending orders to the monitors for restocking. 2. The Propulsion Flight has completed market research comparing the CribMaster to similar Remstar™ products. The CribMaster was found to be the more economical and user friendly product. The Propulsion Flight has also found that Boeing Corporation, Daimler Chrysler, aircraft PDM at Ogden Utah, and NASA all successfully utilize the CribMaster software products for inventory accountability and cost savings. 3. The CribMaster is the best product to provide accountability, time savings, and cost savings for the Propulsion Flight under the new High Performance Organization. Interested parties who believe they can meet all the requirements for the automated inventory system described in this synopsis are invited to submit in writing complete information describing their ability to provide the required equipment. FOB & Destination is the Government preferred method of shipping. Please submit FOB & Destination shipping information with all submittals to the office. Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. CONTRACTORS MUST COMPLY WITH DFARS 252.204-7004 Alt A, REQUIRED CENTRAL CONTRACTOR REGISTRATION (MAR 2003). INTERESTED CONTRACTORS CAN ACCESS THIS CLAUSE BY INTERNET URL: http://farsite.hill.af.mil. TO REGISTER WITH THE CCR, GO TO URL: https://www.ccr.gov. The following provisions and clauses apply: Provision 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. Upon request, the Contracting Officer will make their full text available. Provision 52.212-1, Instructions to Offerors--Commercial; clause 52.212-2 Evaluation-Commercial Items, the following factor shall be used to evaluate offers: technically acceptable lowest price offer; 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 (to include: 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); clause 52.232-33 Mandatory information for electronic funds transfer payment. Before we can begin the contracting process with your company, I need the following Online Representations and Certifications Application (ORCA) completed-- http://orca.bpn.gov/. FOR MPIN REGISTRATION: http://www.ccr.gov/mpin.asp. Use of online representations & certifications application (ORCA) became mandatory 1 January 2005. ORCA is a web-based system that centralizes, standardizes, and moves the collection and storing of FAR level representations and certifications online. Representations and certifications are to be completed at least annually by vendors on-line through the ORCA portion of the Business Partner Network (BPN). Contractors, presently registered in Central Contractor Registration (CCR), can get a head start by going to www.bpn.gov/orca/ to activate their ORCA profiles. Initially, ORCA will retain the most significant contractor representations and certifications that would apply to any acquisition in the form of 26 questions. Solicitation-specific representations and certifications may still be used outside of ORCA. Further information on this initiative may be obtained from the ORCA help menu, http://orca.bpn.gov/help.aspx. This help menu includes ORCA background information, frequently asked questions (FAQ), and the ORCA Handbook. The following DFARs clauses apply to this acquisition: Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Jun 2005); 252.225-7001 Buy American Act and Balance of Payment Program; clause 252.225-7036, North American Free Trade Agreement Implement Act. DFARS 252.232-7010 Levies on Contract Payments.Addtionally, the following Clause applies: AF 5352.201-9101 Ombudsman (Aug 2005). Offers are due at the Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA, 93524, not later than Close of Business (COB) 29 Sept 05 at 5 pm. Faxed transmissions of quotes are acceptable. Fax #: 661-275-7862 or e-mail address: kim.rabatin@edwards.af.mil. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (28-SEP-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFMC/AFFTC/F1S1AB5221BN01/listing.html)
 
Place of Performance
Address: Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA, 93524,
Zip Code: 93524
Country: United States
 
Record
SN00906282-F 20050930/050928214210 (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.