Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2006 FBO #1759
SOLICITATION NOTICE

17 -- Aircraft Scale Force Press

Notice Date
9/18/2006
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 982), Base Support Flight 700 Suffolk Street, STE 1200, Peterson AFB, CO, 80914-1200
 
ZIP Code
80914-1200
 
Solicitation Number
FA2517-06-T-6116
 
Response Due
9/20/2006
 
Archive Date
10/5/2006
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION Aircraft Scale Force Press (I) 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; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotes (RFQ). Submit written proposal (to include price quote for all CLINS) on RFQ reference number FA2517-06-T-6116. (III) This solicitation document and incorporated provisions and clauses are those in effect through Fed Acquisition Circular 2005-02. (IV) This solicitation is a Small Business set-aside. (V) This combined synopsis/solicitation is for the following commercial item: Quantity 1 EA; 60,000LBF Capacity Aircraft Scale Force Calibration Press with Enlarged Base Plate. Part Number: 804000; (VI) Salient Characteristics: 60,000 LBF Aircraft Scale Force Calibration Press Except Base Plate Assembly will be approximately 46 inches X 58 inches. Base Plate to provide a working area of not less than 40 inches wide (between the tie bars) and 58 inches deep (front to back). From the center line of the Hydraulic Ram to the rear edge ofht Base Plate will be 20 inches and from the center line of the Hydraulic Ram to the front edge of the Base plate will be 38 inches. Frame assembly consists of a mounting base with a platen, threaded tension tie bars, and moveable crosshead . 60,000 LBF Hydraulic force application system, 1 inche thick reinforced base plate, motorized adjustable cross head, testing and proof loading to 125% of capacity and packing and shipment cost. (VII) Delivery FOB Destination to 21 MXG, Peterson AFB, CO 80914 (VIII) FAR 52.212-1, Instructions to Offerors Commercial Items (Jan 2004), applies to this acquisition. (IX) FAR 52.212-2, Evaluation -- Commercial Items (Jan 1999), applies to this acquisition. A contract will be awarded to the vendor using the following criteria to determine best value to the Government: Lowest Responsive Offer. (X) The offeror must have completed the Online Representations and Certifications Application (ORCA) which is the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (May 2004). The web site address is https://orca.bpn.gov/ (XI) FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 2003), applies to this acquisition. (XII) FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Jun 2004). Additional FAR 52.212-5 clauses cited in the clause applicable to this acquisition are (5)(i), (14), (15), (16), (17), (18), (19), (20), (26) and (31). (XIII) The following clauses are also applicable to this acquisition: 52.204-7, Central Contractor Registration; Clauses Incorporated by Reference; 252.204-7004 Alt A, Required Central Contractor Registration; 252.212-7001 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.232-7003, Electronic Submission of Payment Requests; 52.222-22, Previous Contracts and Compliance Reports; 52.233-3, Protest After Award; 52.243-1, Changes-Fixed Price. DFARS 252.225- 7001, Buy American Act and Balance of Payment Program; 5352.201-9101 OMBUDSMAN (AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, [A7K, 150 Vandenberg St, Ste 1105, Peterson AFB, Co 80914-4350, 719-554-5250, fax 719-554-5299, atK.wf@afspc.af.mil. ]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer (XIV) NA (XV) All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency (XVI) Quotes are required to be received no later than 1:00 pm EST, Wednesday September 20, 2006, and must include the following: Company name; address; phone numbers; DUNS number; CAGE code; itemized quote; statement that ORCA has been completed (see para X above). Quotes shall be delivered via email to stuart.mcelhinney@peterson.af.mil (XVII) Please direct any questions regarding this solicitation to Stuart McElhinney at stuart.mcelhinney@peterson.af.mil
 
Place of Performance
Address: 700 Suffolk, Peterson AFB, Co
Zip Code: 80914-1200
Country: UNITED STATES
 
Record
SN01146907-W 20060920/060918220808 (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.