Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2007 FBO #1921
SOLICITATION NOTICE

66 -- Flame Calibration System for Laser Diagnostics - Minimum Requirements ATTACHED

Notice Date
2/27/2007
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F4F5AV7018A100
 
Response Due
3/9/2007
 
Archive Date
3/24/2007
 
Description
FLAME CALIBRATION SYSTEM AND ASSOCIATED INSTRUMENTATION FOR AIR FORCE INSTITUTE OF TECHNOLOGY (AFIT). 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. No paper copies of this notice will be provided. Solicitation Number F4F5AV7018A100 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-17. This RFQ is being conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). NOTICE: This RFQ is unrestricted. All businesses capable meeting the minimum requirements, delivery, and regulatory requirements are encouraged to respond. This RFQ has one line item, a Flame Calibration System. General application of the unit is to calibrate different laser diagnostic techniques. Techniques incorporated into this technology include a calibration burner capable of producing a flat adiabatic flame able to run hydrogen, methane, propane, and ethylene as fuels at high and low flow rates. For complete minimum requirements of the Flame Calibration System, refer to the ATTACHED Minimum Requirements Flame Calibration System. Delivery is required within 120 days from date of contract award. The System shall be fully functional and stand-alone; delivered to AFIT/ENY 2950 Hobson Way Wright-Patterson AFB OH 45433-7765. FOB point is Destination (Wright-Patterson AFB OH). Quoted prices must be delivered (FOB Destination) prices. Evaluation will be based on overall best value. The binary evaluation factors are price, technical experience, past performance, and delivery time. Quotations shall address the evaluation factors listed and include the minimum requirements set forth in ATTACHED Minimum Requirements Flame Calibration System. The Government shall make a complete evaluation and appraisal of the offering with regard to understanding of the specifications. Specifications of component parts including the manufacturer name and model number shall be stated in quote. All information identified in the quote must be reasonably available to the Contracting Officer. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT IDENTIFIED IN THE QUOTE. The following FAR Provisions apply to this acquisition: 52.212-1, Instructions to Offerors Commercial Items and 52.212-3, Contractor Representations and Certifications. A copy of FAR Clause 52.212-3, Contractor Representations and Certifications-Commercial Items, must be completed and submitted with quotation. Electronic copies are available at https://orca.bpn.gov/. The following FAR Clauses apply to this acquisition: 52.212-4, Contract Terms and Conditions--Commercial Items; Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items, applies to this acquisition. For this paragraph, the following FAR Clauses also apply: 52.203-6 (ALT I) Restrictions on Subcontractor Sales to the Government; 52.204-4 Printed or Copied on Double-Sided Recycled Paper; 52.204-6 Data Universal Numbering System (DUNS) Number; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.233-3, Protest After Award; 52.247-34, FOB Destination; 52.252-2, Clauses Incorporated by Reference; 52.252-6, and Authorized Deviation in Clauses. The following DFARS Clauses also apply to this acquisition: 252.204-7003, Control of Government Work Personnel; 252.204-7004, Required Central Contractor Registration; 252.211-7003 Item Identification and Valuation, 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Domestic Commodities; 252.225-7014, Preference for Domestic Specialty Metals; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023 Transportation of Supplies by Sea. The full text of all provisions and clauses may be accessed electronically at http://farsite.hill.af.mil/. Contract financing will NOT be provided for this acquisition. Contractor must be registered in CCR prior to award. By submission of a quote, the contractor acknowledges the requirement that awardee must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation. The Government will make an award from this Request for Quotation (RFQ) to a responsible contractor whose offer is most advantageous to the Government. The Government reserves the right to not make an award at all. Point of contact for this notice is Mr. Jeff Jacob, 937 522-4646. Information can be e-mailed to jeffrey.jacob@wpafb.af.mil or faxed to 937 656-1412 Attn: Jeff Jacob. No special format or form is required for your quote; however, only complete quotations with supplemental descriptive literature shall be considered. ALL INFORMATION IS DUE BY 12 NOON EASTERN STANDARD TIME 9 MARCH 2007.
 
Place of Performance
Address: AFIT/ENY, 2950 Hobson Way, Wright-Patterson AFB OH
Zip Code: 45433-7765
Country: UNITED STATES
 
Record
SN01239773-W 20070301/070227220827 (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.