Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2007 FBO #1928
SOLICITATION NOTICE

66 -- Automatic Sound Level Meter Calibrator

Notice Date
3/6/2007
 
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-0021
 
Response Due
4/5/2007
 
Archive Date
10/1/2007
 
Description
AFMETCAL Det1 1 at Heath OH intends to award a firm fixed price purchase order under Simplified Acquisition Procedures (SAP) for the purchase of Automatic Sound Level Meter Calibrators with a three year extended warranty, manuals, equipment failure information reports, software test plan, software test report, and software user manual. 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 Circular 2005-15 and DAC 91-13 DFARS Change Notice (DCN) 20070122. This announcement constitutes the only solicitation. Quotes are being requested and 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-0021 and shall be referenced on any offer submitted. The North American Industry Classification System (NAICS) code for this acquisition is 334515 and the business size standard is 500 employees. This quotation is being solicited as unrestricted. The requirement is for four Automatic Sound Level Meter Calibrators (with an option of four additional calibrators) in accordance with Purchase Description 07M-206A-SO dated 15 February 2007 (Rev 6), with a three year extended warranty and data in accordance with DD 1423 and DD 1664. Warranty compliance shall be provided with your quote. The Purchase Description and requirements for data delivery and data content requirements list and warranty description are available for download at this site. Items offered shall be commercially available. Delivery of the Automated Sound Level Meter Calibrator shall be one each due 120 days after receipt of award notification and thereafter every 30 days until complete. Accelerated delivery is not permitted unless authorized by the contracting officer. These calibrators will be shipped to the following PMEL locations: Air Force Primary Standards Laboratory in Heath OH, Hill AFB UT, Robins AFB GA, Tinker AFB OK, Brooks AFB TX, Elmendorf AFB AK, Feltwell RAF UK, and Kadena AB JA. Initial installation and system operation overview provided by the contractor shall take place at each delivery location. The contractor shall spend a minimum of four days on site (see Purchase Description). Delivery shall be FOB destination. Contingent upon the availability of funds, delivery of option quantities up to 4 each will be due 60 days after completion of CLIN 0001 basic quantity or 180 days after exercise of option whichever is later and continue at that rate every 30 days thereafter until all units are delivered. Acceptance testing is required and will begin with the 4 day onsite installation and overview provided by the contractor and will be completed within 45 days after receipt at AFMETCAL Det 1 and PMEL Locations. Invoices may not be submitted in WAWF until the unit has passed acceptance testing. Offerors will be required to provide pricing for a total of 8 each. Quotes REQUIRE offerors to input information using SPEC TRACK software. This software is available at no cost to offerors. Please contact Becky Smith at (740) 788-5044 or via email at rebecca.smith@afmetcal.af.mil for your copy of this software. The following clauses apply to this acquisition and are incorporated by reference: FAR 52.212-1 Instructions 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: 1. Technical. Capability of the item offered to meet the Government requirements as stated in the purchase description and 2. Price. All offeror's shall provide with their quotation, any descriptive literature, brochures, and/or technical proposal response. Offerors must submit sufficient technical literature, documentation, etc., in order for the Government to make an adequate technical assessment of the proposed unit. Award will be based on technical acceptability (acceptable or not acceptable) and then price. Technical acceptability will be determined solely on the content and merit of the information submitted in response to this request for quote. The technical proposal 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 its 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. Each offeror shall include a completed copy of the provisions at FAR 52.212-3 Offeror Representations and Certifications?Commercial Items (Nov 2006), with Alternate I .Offerors shall complete only paragraph (k) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov . If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (j) of this provision, FAR 52.212-4 Contract Terms and Conditions?Commercial Items (Sep 2005) and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items (Nov 2006) deviation (Nov 2006), FAR 52.219-8, Utilization of Small Business Concerns, FAR 52.219-9 Small Business Subcontracting Plan (Sep 06), FAR 52.222-19, Child Labor?Cooperation with Authorities and Remedies (Jan 2006), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Apr 2002), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 252.225-7020, Trade Agreements Certificate (Jan 2005), DFARS 252.212-7000, Offeror Representations and Certifications?Commercial Items (Jun 2005), DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (Oct 2006), DFARS 252.211-7003, Item Identification and Valuation (Jun 2005), DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2007), DFARS 252.225-7014, Preference for Domestic Specialty Metals, DFARS 252.227-7015 Technical Data?Commercial items (Nov 95), 252.232-7003 Electronic Submission of payment request (May 2006), DFARS 252.232-7009, Mandatory Payment by Government-wide Commercial Purchase Card (Dec 2006), 5352.215-9006 Intent to Incorporate Contractor?s Technical Proposal(AFMC) (AUG 1998), 5352.201-9101 Ombudsman (AFMC) (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 offers must be valid for a period of 90 days. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror?s initial offer should contain the offeror?s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The government reserves the right to limit the number of offers reviewed for award, 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 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 and include FAR 52.212-3 reps and certs, (8) Include compliance with extended 3 year warranty, (9) Include a copy of subcontracting plan if applicable, (10) Be sure to include pricing for option year quantities. The option may be exercised anytime from date of award up through 30 Sep 2008. This will be a DO-A70 rated order. Offers are due by 5 April 2007 at 4:00 PM EST to: Becky Smith, AFMETCAL Det 1/MLK, 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 rebecca.smith@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 should 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.
 
Record
SN01244577-W 20070308/070306220749 (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.