Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2006 FBO #1753
SPECIAL NOTICE

66 -- SPACE SIMULATOR

Notice Date
9/12/2006
 
Notice Type
Special Notice
 
NAICS
332420 — Metal Tank (Heavy Gauge) Manufacturing
 
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-R-0078
 
Response Due
9/18/2006
 
Archive Date
10/30/2006
 
Small Business Set-Aside
Total Small Business
 
Description
SYNOPSITATION FOR SPACE SIMULATOR/ION THRUSTER VACUUM SYSTEM FA8601-06-R-0078 This is a combined synopsis/solicitation for a commercial item to be procured for the Air Force Institute of Technology at Wright Patterson Air Force Base, 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 and a written solicitation will not be issued. Solicitation FA8601-06-R-0078 is issued as a Request for Proposal (RFP). This procurement will be awarded in accordance with FAR Subpart 13.5, Test Program for Certain Commercial Items. No hard copies will be sent. All documents are posted at this website. This proposed acquisition is 100% set aside for small business. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12. The North American Industry Classification System (NAICS) code is 332420. The small business size standard is 500 employees. Proposal packages are due by 11:00 AM EDT, 18 Sep 06. NOTE: Any subsequent contract will contain requirement for electronic invoicing through the Government?s Wide Area Workflow System. The RFQ has one line item: LINE ITEM 0001: One (1) Each Space Simulator/Ion Thruster Vacuum System Minimum Requirements for the required system are attached at www.pixs.wpafb.af.mil. Offerors must complete the fill-ins at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, which are attached at www.fbo.gov or must be registered in ORCA. FOB point is Destination (Wright-Patterson AFB OH 45433). Proposal prices should be delivered prices. Proposal should contain best possible delivery date. The following provisions apply to this acquisition and are incorporated: FAR 52.212-1, Instructions to Offerors ? Commercial; 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 upon best value to the government considering cost and proposed system?s technical attributes/acceptability. Offerors must thoroughly address the Minimum Requirements. Information on proposed system must be in sufficient detail to allow for evaluation and determination as to technical acceptability. FAR 52.212.3, Offeror Representations and Certifications ? Commercial Items (attached and must be submitted with proposals or offeror must have Online Reps and Certs on file); The following clauses are hereby incorporated and will be included in subsequent award either by reference or in full text. FAR 52.203-3, Gratuities; FAR 52.203-6, Alt 1, Restrictions on Subcontractor Sales to the Government; FAR 52.204-4, Printed or Copied on Double-Sided on Recycled Paper; FAR 52.204-6, Data Universal Numbering System (DUNS) Number; FAR 52.212-4, Contract Terms and Conditions, Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items; FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.222-3, Convict Labor; 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 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-CCR; 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 and (Chapter 2); DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.209-7001, Disclosure of Ownership or Control of a Terrorist Country; DFARS 252.209-7004, Subcontracting w/Firms Owned or Controlled by Terrorist Countries; DFARS 252.211-7003, Item Identification and Validation; Fill-In: None; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders; DFARS 252.225-7001, Buy American Act; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.247-7023, Transportation of Supplies by Sea; AFFARS 5352.201-9101, Ombudsman; Fill-In: Stephen J. Miller, ASC/AE, 1755 Eleventh Street, B70, R113, WPAFB, OH 45433-7404, Telephone 937-255-5315, FAX 937-656-7193, email Stephen.Miller@wpafb.af.mil. A registration page will be attached to the web site. If you would like to receive notice of any amendments and/or addendum that may be issued to the solicitation, you may register. 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. Proposals prepared by debarred, suspended or otherwise ineligible contractors are at the risk and expense of the contractor. Contract financing will not be provided for this acquisition. All responsible sources may submit complete proposal packages which must include the price quotation, Reps & Certs and sufficient technical information on the system being offered in order to evaluate for technical acceptability. Proposal packages are due by 11:00 AM EDT, 18 Sep 06, to Helen Williams, 88 CONS/PKBB, 1940 Allbrook Drive, Room 109, Wright-Patterson AFB OH, 45433-5309. Packages may also be faxed to (937) 656-1412, or e-mailed to Helen.Williams@wpafb.af.mil. For information concerning this solicitation, contact Helen Williams at (937) 522-4504. Contractors must be registered in CCR prior to award for solicitations issued after 31 May 1998. Tel: 1-888-CCR-2423 Fax: 1-703-696-0213. Duns/CCR Website: http://ccr.edi.disa.mil/ccr/cgibin//query.pl. All information regarding this acquisition will be posted on the World Wide Web at www.fbo.gov SUMMARY: Proposal due date is 18 Sep 06 at 11:00 AM EDT Proposals must include price proposal, completed Reps and Certs, and response to system Minimum Specs in sufficient detail to evaluate technical acceptability
 
Record
SN01140842-W 20060914/060912220735 (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.