Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 04, 2005 FBO #1469
SOLICITATION NOTICE

66 -- HIGH TEMPERATURE MODULAR WEAR SYSTEM

Notice Date
12/2/2005
 
Notice Type
Solicitation Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, OH, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
FA860106T0035
 
Response Due
12/7/2005
 
Archive Date
12/22/2005
 
Description
HIGH TEMPERATURE MODULAR WEAR SYSTEM. This is a combined synopsis/solicitation for commercial items 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; quotes are being requested and a written solicitation will not be issued. Solicitation #FA8601-06-T-0035 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Fac 2005-06, Effective 31 Oct 2005 & Class Deviation 2005-0001. This acquisition is unrestricted. The associated NAICS 334519. The size standard is 500 employees. This RFQ is being conducted as a commercial item procurement pursuant to FAR Part 13.5, Test Program for Certain Commercial Items. No paper copies of this solicitation will be provided. This RFQ has one (1) line item. The item to be procured is one each High Temperature Modular Wear System. The system shall include all components necessary for complete system operation, including load frame, wear fixture, high temperature furnace system, electronic controls and equipment, cables, plumbing, all necessary fittings and connectors, on-site installation, calibration, and on-site training, in accordance with the minimum specifications. A copy of the minimum specifications can be obtained by sending an e-mail request to Susie.Slivinski@wpafb.af.mil. All contractors responding to this solicition shall include a written line by line response to each paragraph number of this specification. Each item response to be specific and detailed enough to allow full evaluation of the equipment offered and its capabilities. Responses that merely state they can provide the required equipment will not be considered adequate and will not be included. Responding contractors shall include quotations and descriptive literature with their response to allow the government to make a complete evaluation and appraisal of the offering with respect to the requirements set forth in this document. Responding contractors shall state estimated delivery times of any equipment offered in response to this specification. All items quoted must be FOB WPAFB. Responding vendors shall include a list of utility, service, and site preparation requirements necessary for the installation and operation of the offered equipment. requirements necessary for operation of the offered equipment. The Contracting Officer will evaluate quotations based on the evaluation factors listed in this solicitation and the information furnished by the offeror. Evaluation will be based on the overall best value for the government. Evaluation factors are technical, price, past performance and delivery time. The government reserves the right not to make an award at all. A copy of FAR Clause 52.212-3 with Alt I, Contractor Representations and Certifications-Commercial Items, must be completed and submitted with quotation. A copy is attached to this solicitation and is available at http://www.pixs.wpafb.af.mil/. Delivery, installation and training is required within ten months from date of award. The delivery/installation location is Wright-Patterson Air Force Base, Ohio. The F.O.B point for this acquisition is Destination. Quoted prices must be delivered (F.O.B. Destination) prices. Contract financing will NOT be provided for this acquisition. The Government will make an award from this request for quotation to the responsible offeror whose quote will be most advantageous to the Government. The Government reserves the right to not make an award at all. By submission of a quote, the offeror acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation. IMPORTANT NOTICE TO CONTRACTORS: Any award resulting from this solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act for 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/. The following FAR Provisions apply to this acquisition: 52.252-1, Solicitation Provisions Incorporated by Reference 52.252-2, Clauses Incorporated by Reference 52.204-6, Data Universal Numbering System (DUNS) Number 52.212-1, Instructions to Offerors?Commercial 52.212-2, Evaluation Factors (The evaluation factors for the fill-in portion are technical, price, past performance, and delivery time.) Technical and past performance and delivery, when combined, are more important than price price. 52.212-3 with Alt I, Contractor Representations and Certifications 52.222-22, Previous Contracts and Compliance Reports 52.222-25, Affirmative Active Compliance The following FAR Clauses apply to this acquisition: 52.225-13, Restrictions on Certain Foreign Purchases 52.203-3, Gratuities 52.204-4, Printed or Copied on Double-Sided on Recycled Paper 52.212-4, Contract Terms and Conditions--Commercial Items Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items, applies to this acquisition. For paragraph (b), the following clauses apply: 52.203-6 Alt 1, Restriction on Subcontractor Sales to the Government 52.222-3, Convict Labor 52.222-19, Child Labor Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35, Equal Opportunity for Special Disabled Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration) The following DFARS Provisions apply to this acquisition: 252.204-7004, Required Central Contractor Registration 252.209-7001, Disclosure of Ownershio or Control of a Terrorist Country 252.221-7000, Offeror Representations and Certifications?Commercial Items The following DFARS Clauses apply to this acquisition: 252.204-7003, Control of Government Work Product 252-209-7004, Subcontracting with firms Owned or Controlled by Terrorist Countries 252.225-7012 Preference for Certain Domestic Commodities 252.243-7001, Pricing of Contract Modifications 252.243-7002, Requests for Equitable Adjustment 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items (for paragraph (b), the following applies: 252.225-7021, Trade Agreements 252.247-7023, Transportation of Supplies by Sea 252.225-7002, Qualifying Country Sources as Subcontractors 252.232-7003, Electronic Submission of Payment Requests The following AFFARS Clause applied to this acquisition: 5352.201-9101 Ombudsman (The fill-in for this clause is Mr. Stephen J. Miller, ASC/AE, 1755 Eleventh St., B570, R113, WPAFB, OH 45433-7404, Telephone 937-255-5315, Fax 937-656-7193, E-mail Stephen.Miller@wpafb.af.mil) Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. Point of contact for this acquisition is Susan Slivinski, 937-257-6146 ext. 4216. Quotes can be e-mailed (preferred) to Susie.Slivinski@wpafb.af.mil; faxed to 937-656-1412, Attn: Susan Slivinski; or mailed to 88 CONS/PKBB, Attn: Susan Slivinski, 1940 Allbrook Dr., Ste 3, WPAFB OH 45433-5309. No special format or form is required for your quote; however, a completed copy of FAR 52.212-3 with Alt I, Representations and Certifications, must be included. A copy can be found at http://www.pixs.wpafb.af.mil/. Quotes are due no later than noon, ET on Wednesday, 7 December 2005.
 
Place of Performance
Address: Installation of equipment and training to take place at Wright-Patterson AFB OH.
Zip Code: 45433
Country: USA
 
Record
SN00943631-W 20051204/051202211942 (fbodaily.com)
 
Source
FedBizOpps 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.