Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 14, 2007 FBO #1906
SOLICITATION NOTICE

66 -- Programmable D.C. Power Supply

Notice Date
2/12/2007
 
Notice Type
Solicitation Notice
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFMETCAL, 813 Irving Wick Dr. W., Heath, OH, 43056-6116, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FY2333-07-Q-0003
 
Response Due
2/28/2007
 
Archive Date
9/30/2007
 
Small Business Set-Aside
Total Small Business
 
Description
AFMETCAL Det1 at Heath, OH anticipates to award a firm fixed price purchase order under Simplified Acquisition Procedures (SAP) for the purchase of Programmable DC Power Supplies for use by the Air Force Primary Standards Laboratory (AFPSL) with extended three year warranties, manuals, and calibration procedures. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subparts 12.6 and 13, as supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circulars 2005-15 and DAC 91-13, DFARS Change Notice (DCN) 20070122. This announcement constitutes the only solicitation. A written request for quotation (RFQ) will not be issued. It is the offeror's responsibility to monitor this site for the release of amendments (if any). The RFQ number is FY2333-07-Q-0003 and shall be referenced on any offer submitted. The North American Industry Classification System (NAICS) code for this acquisition is 334515 and the small business size standard is 500 employees. This is a restricted soliticitation with a set aside of 100 percent for competition between small business concerns. Requirement is for four Programmable DC Power Supplies in accordance with Purchase Description 07E-103A-PH Rev. A, dated 11 July 2006, with a three year extended warranty and data in accordance with DD1423 and DD1664. The Purchase Description and requirements for data delivery and data content requirements list are available for download at this site. Items offered shall be commercially available. Delivery of the Programmable DC Power Supplies shall be four each due 90 days after receipt of award notification. All units are to be delivered to AFMETCAL Det1, Heath, OH. Acceptance testing is required and is to be completed within 45 days after receipt at AFMETCAL DET 1. Invoices shall not be submitted in WAWF until the units have each been approved for AFPSL use by passing acceptance testing. The following clauses apply to this acquisition and are incorporated by reference: FAR 52.212-1, Instruction to Offerors ? Commercial Items (Sep 2006); FAR 52.212-2, Evaluation ? Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: technical capability of the item offered to meet the Government requirement as stated in the purchase description and price; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Nov 2006); FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Sep 2005); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Nov 2006); DFARS 252.225-7000, Buy American Act - Balance of Payments Program Certificate (Jun 2005); DFARS 252.225-7001, Buy American Act ? Balance of Payments Program (Jun 2005); 52.204-8 ? Annual Representations and Certifications (Jan 2006); DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items (Jun 2005); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Nov 2006); DFARS 252.211-7003, Item Identification and Valuation (Jun 2005); DFARS 252.232-7003, Electronic Submission of Payment Requests (May 2006); DFARS 252.227-7015, Technical Data - Commercial Items (Nov 1995); AFMC 5352.215-9006, Intent To Incorporate Contractor?s Technical Proposal (Aug 1998) with change of ?SOW? to read ?Product Description (PD)? in 5352.215-9006(b); and AFFARS 5352.201-9101, Ombudsman (Aug 2005) When appropriate, potential offerors may contact Ombudsman Alan Mathis, WR-ALC/XR at 478-926-4028. To view provisions and clauses in full text see website (http://farsite.hill.af.mil). This acquisition is contingent upon the availability of funds. All offeror's shall provide with their quotation, a copy of their commercial warranty, any descriptive literature, brochures, and/or adequate information to determine that the item meets the requirements of the purchase description. Offerors shall submit sufficient technical literature, documentation, etc., in order for the Government to make an adequate technical assessment of the proposed unit. Technical evaluation and approval of the proposed unit by AFMETCAL is required before an award is made. Award will be based on technical acceptability and price. Technical acceptability will be determined solely on the content and merit of the information submitted in response to this solicitation. The technical response shall include a written line-by-line response to each paragraph number of the purchase description. Each item response is to be specific and detailed enough to allow full evaluation of the equipment being offered and it?s capabilities. A simple statement of compliance is not acceptable. Where the technical literature demonstrates that the proposed unit meets the requirement of a specific purchase description paragraph you may reference that page and paragraph of the technical literature in your technical response in lieu of restating it. Submit your best competitive offer as award may be made on initial offers without discussions. Offers shall be valid for no less than 90 days from the date submitted. The government reserves the right to limit the number of offers reviewed for efficiency purposes. The offer must: (1) be for the item described in the purchase description; (2) be FOB Destination to this agency; (3) include a delivery schedule and discount/payment terms; (4) include a copy of commercial price list; (5) include name of and be signed by an authorized company representative along with telephone number and facsimile number; (6) include their taxpayer identification number (TIN), CAGE Code Number and DUNS Number, (7) include a technical proposal, (8) Include copy of standard warranty. (9) include the price for one unit, the price of four units, and the unit price related to the extended warranty. This will be a DO-A70 rated order. Offers are due by 28 Feb 2007 at 4:00 PM EST to: Bruce Thompson, AFMETCAL Det 1/GBKA, Contracting, 813 Irving-Wick Dr W, Bldg. 2, Heath OH 43056-6116. Facsimile submissions to 740-788-5157 are permissible with the follow-up of an original sent by mail or submit by email to Bruce.Thompson@afmetcal.af.mil. Any offer or modifications to the offer received after the exact time specified for receipt of offers/quotes may not be considered. All contractors must be registered in the Central Contractor Registration (CCR) Database and put their reps and certs in the ORCA website at http://ORCA.bpn.gov. All responsible sources may submit an offer, which shall be considered by this agency. Note: 100 percent set aside for small business.
 
Record
SN01230488-W 20070214/070212223040 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.