Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2006 FBO #1690
SPECIAL NOTICE

66 -- FA8601-06-R-0065, Raman System, PIV and PLIF

Notice Date
7/11/2006
 
Notice Type
Special Notice
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus 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
FA8601-06-R-0065
 
Response Due
7/31/2006
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation number FA8601-06-R-0065 is a combined Synopsis/Solicitation for a diagnostic system that can provide a means to characterize specified flow fields by employing non-intrusive measuring techniques to include instantaneous Raman, Particle Image Velocimetry (PIV), Laser Induced Incandescence (LII) and Planar Laser-Induced Fluorescence (PLIF). This is 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. Complete quote packages, including price quote, technical capability information and Representations and Certifications shall be submitted by 2:00 p.m. EST on 31 July 2006, to Ms Jacque Davis, 88 CONS/PKB, 1940 Allbrook Drive, Suite 3, Wright-Patterson AFB, OH 45433-5309. ********************** This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. No hard copies will be sent. ********************** Combined Synopsis/Solicitation FA8601-06-R-0065 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 (FAC) 2005-09, Effective 19 May 2006 and Class Deviation 2005-o0001. ********************** Proposed acquisition is 100% set aside for small business concerns. Under FAR 19, Nonmanufacturer rule" means that a contractor under a small business set aside or 8(a) contract shall be a small business under the applicable size standard and shall provide either its own product or that of another domestic small business manufacturing or processing concern (see 13 CFR 121.406). Small business link is http://sba.gov. Responding parties must indicate their business size status in relation to the applicable North American Industry Classification System (NAICS) code 334510, Standard Industrial Classification (SIC) code 3845 (size standard 500 employees). Businesses providing quotes shall 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 one (1) diagnostic system that can provide a means to characterize specified flow fields by employing non-intrusive measuring techniques to include instantaneous Raman, Particle Image Velocimetry (PIV), Laser Induced Incandescence (LII) and Planar Laser-Induced Fluorescence (PLIF). The system shall be provided as a complete system with the capabilities of modular use to allow for the addition of further capabilities, specifically Coherent Anti-Stokes Raman Scattering (CARS) and Raman Spectroscopy. Minimum system requirements are attached. ********************** Delivery is required within 120 days from date of award. FOB point is Destination (Wright-Patterson AFB OH) ********************** Quote packages should include price quote for delivery of proposed items to the Air Force Institute of Technology, Wright-Patterson Air Force Base, Ohio, 45433-7765 (FOB Destination), best delivery date, 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, drawing of the proposed item, 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. ********************** ALL QUOTES SUBMITTED SHALL BE VALID FOR A PERIOD OF 120 DAYS. Quotes submitted must contain a statement to that effect. ********************** THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT PROVIDED WITH THE QUOTE. ********************** All offerors shall complete the fill-ins at FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items, which are attached. ********************** 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 quotes 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 slightly more important than price. A technical description of the items being offered must be submitted in sufficient detail to evaluate compliance with the requirements. 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 quotes 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 slightly more important than price. A technical description of the items being offered must be submitted in sufficient detail to evaluate compliance with the requirements. 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. Please note that technical capability may be evaluated by how well the proposed products meet the Government requirement. A technical evaluation includes an examination of such things as product literature, product samples (if requested), technical features and warranty provisions. 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 1{UEZone 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 FAR 52.233-3, Protest After Award 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 252.212-7001, 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 DFARS 252.211-7003, Item Identification and Valuation ********************** FAR 52.212-3, with its Alt I, Offeror Representations and Certifications - Commercial Items, is listed as an attachment on the website listed above and shall be submitted with the quote. 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 ********************** A registration page is attached to the web site. You may register to receive notice of any amendments and/or addendum that may be issued to this solicitation. However, if you do not register, 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. Quotes prepared by debarred, suspended or otherwise ineligible contractors are at the risk and expense of the contractor. ********************** Vendors are advised that in order to receive awards against solicitations issued after 31 May 1998, current registration in Central Contractor Registration (CCR) is required. Information regarding registration can be found at http://www.bpn.gov/ ********************** CONTRACT FINANCING SHALL NOT BE PROVIDED FOR THIS SOLICIATION. ********************** Be advised that all correspondence or quotes emailed shall contain a subject line that reads ?FA8601-06-R-0065, RAMAN System.? If this subject line is not included, be advised that the email may not get through the email filters. Also be advised that .zip or .exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson. If emailing your quotes, ensure only .pdf, .doc, or .xls documents are sent. Any other form of attachments may be deleted by the email filter. Note that email filters at Wright-Patterson are designed to filter emails without subject lines or with suspicious subject lines or contents (i.e., .exe or .zip files). ********************** Questions can be directed to Jacque Davis at 937-522-4589, or by emailing Ms Davis at Jacqueline.Davis@wpafb.af.mil. All email inquiries shall contain the Subject Line: "FA8601-06-R-0065, RAMAN System" to ensure receipt by Wright-Patterson. ********************** Note that complete quote packages, including price quote, technical capability and Reps and Certs shall be submitted by 2:00 p.m. EST on 31 July 2006, to Ms Jacque Davis, 88 CONS/PKB, 1940 Allbrook Drive, Suite 3, Wright-Patterson AFB, OH 45433-5309. Quote packages may also be faxed (with coverpage) to 937-656-1412 or 937-257-3926 or may be sent electronically to Jacqueline.Davis@wpafb.af.mil.
 
Place of Performance
Address: Wright-Patterson Air Force Base, Ohio
Zip Code: 45433
Country: UNITED STATES
 
Record
SN01086411-W 20060713/060711220626 (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.