Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2006 FBO #1700
SOLICITATION NOTICE

66 -- Continuous Temperature Anemometry (CTA) Automatic Calibration System

Notice Date
7/21/2006
 
Notice Type
Solicitation Notice
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFMC - Air Force Materiel Command Headquarters, HQ AFMC/PKX 4375 Chidlaw Rd Ste 6, Wright-Patterson AFB, OH, 45433
 
ZIP Code
45433
 
Solicitation Number
FA8601-06-T-0135
 
Response Due
7/31/2006
 
Archive Date
8/15/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This combined synopsis/solicitation is issued as a SMALL BUSINESS SET ASIDE. The solicitation number is FA8601-06-T-0131. Quotes are due by NOON, (Eastern Standard Time), MONDAY, 31 JULY 2006, to the point of contact identified at the end of this notice. This is a REQUEST FOR QUOTES 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. Quotes will only be accepted from Small Business offerors. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-11, 5 July 2006, and class deviation 2005-0001. Paper copies of this announcement will not be issued. The associated standard industrial classification (SIC) code is 8323; the North American Industry Classification System (NAICS) code is 334513. The size standard is 500 employees. The proposed purchase is for a continuous Temperature Anemometry (CTA) Automatic Calibration System. A copy of the Minimum Requirements are attached. Contract financing is NOT provided for this acquisition. The Government intends to award one firm fixed price (FFP) purchase order resulting from this solicitation to the responsible offeror(s) whose quote is the lowest price technically acceptable. The Government reserves the right not to make an award at all. By submitting a quote, the offeror acknowledges the requirement that a potential awardee must be registered in the Central Contractor Registration (CCR) prior to award. The website for new registration is http://www.ccr.gov. Click on "start new registration." Quotations may be in any format but must include requirements found in the attached Instructions to Offerors, including: proposing company's name, address and phone; point of contact's name, phone, and email; quotation date; quotation number (if one); unit price (price of one day rental); total price; indicate what amount of price is for labor (install, un-install, and technical support) ; identify any discounts; how long the quote is valid (minimum of 60 days); lead time after receipt of order; and warranty information/cost. Quoted price shall be FOB destination. Delivery location is Wright-Patterson Air Force Base, Ohio. Quotations must contain a complete description of item offered to clearly show item meets or exceeds all requirements listed in the Minimum Requirements, attachment 3, hereto. Quotation shall provide a point-by-point comparison to each item listed in the minimum requirements. A general overview, general comparison, or statement such a ?able to provide the requirements? or ?meets or exceeds minimum requirements? is unacceptable and will not be evaluated for potential acceptance. The following Federal Acquisition Regulation provisions apply to this acquisition: 52.212-1, Instructions to Offerors; 52.212-2, Evaluation Factors [The evaluation factors for the fill-in portion of this provision will be handled in accordance with FAR 13.106-1 and 13.106-2. Relative importance and sub-factors are not required. Evaluation criteria will be technical and price. Technical criteria will be pass or fail. Quote must clearly show that item offered meets all requirements included in the Minimum Requirements attached to the Request for Quotation.] 52.212-3, Contractor Representations and Certifications; 52.222-22, Previous Contracts and Compliance Reports The following Federal Acquisition Regulation clauses, either by reference or full text, apply to this acquistion: 52.204-6, Data Universal Numbering System (DUNS) Number; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items; (The clauses that are checkmarked as being applicable to this purchase are: - 52.219-6 Notice of Total Small Business Set-Aside; - 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; - 52.222-36 Affirmative Action for Workers with Disabilities; - 52.225-13 Restrictions on Certain Foreign Purchases; - 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; [end fill in for 52.212-5]; 52.252-2 Clauses Incorporated by Reference (the fill in portion of this clause is: http://farsite.hill/af/mil or http://www.arnet.gov/far); The following DFARS Clauses, either by reference or full text, apply to this acquisition: 252.204-7003 Control of Government Personnel Work Product; 252.204-7004 Alt A Required Central Contractor Registration; 252.211-7003 Item Identification and Evaluation 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (the following applies to paragraph (b) of this clause: - 252.225-7001 Buy American Act and Balance of Payments Program; - 252.232-7003 Electronic Submission of Payment Requests). - 252.232-7003 Electronic Submission of Invoices - 252-247-7023 ALT III, Transportation of Supplies by Sea [end of fill in for 252-212-7001]; 252.225-7002 Qualifying Country Sources as Subcontractor (Apr 2003) IMPORTANT NOTICE TO CONTRACTORS: Any award resulting from this solicitation will include DFARS Clause 2523232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act for Fiscal Year 2001 requires any claims for payment (invoices) under DoD contracts 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 basis 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 AFFARS Clause, either by reference of full text, apply to this acquisition: 5352.201-9101 Ombudsman (the fill in portion of this clause is: Stephen J. Miller, ASC/AE, 1755 Eleventh Street, B570, Room 113, Wright-Patterson AFB OH 45433-7404, Telephone: 937-255-5315, Fax: 937-656-7193, Email: stephen.miller@wpafb.af.mil) Copies of all provisions and clauses, including Representations and Certifications are available at http://farsite.hill.af.mil Attachments to the announcement: 1. FAR 52.212-3, Representations and Certifications ? Mar 2005 (Return with quotation) 2. FAR 52.212-1, Instructions to Offerors 3. Minimum Requirements Quotations AND completed representations and certifications are due by NOON, MONDAY, 31 July 2006 to: Shelley Deardorff, 88 CONS/PKBB Fax is 937-257-3926 (ATTN: Shelley Deardorff) E-mail is Shelley.Deardorff@wpafb.af.mil Questions should be directed to Shelley Deardorff at Phone 937-522-4604
 
Record
SN01095013-W 20060723/060721220933 (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.