Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 10, 2007 FBO #1991
SOLICITATION NOTICE

66 -- High Value Resistance Standards

Notice Date
5/8/2007
 
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, 562 CBSSS GBKA (AFMETCAL), 813 Irving Wick Dr. W., Heath, OH, 43056-6116, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FY2333-07-Q-0029
 
Response Due
5/24/2007
 
Description
High Value Resistance Standards. FY2333-07-Q-0029. AFMETCAL 562 CBSSS GBKA at Heath OH intends to award a firm fixed price purchase order under Simplified Acquisition Procedures (SAP) for the purchase of High Value Resistance Standards with an extended 5 year warranty, technical manuals, equipment failure information reports, and calibration certificates, see DD Forms 1423 and 1664. 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 2005-16 and DAC 91-13 DFARS Change Notice (DCN) 20070327. This announcement constitutes the only solicitation. Quotes are being requested and a written request for quotation (RFQ) will not be issued. It is the offerors responsibility to monitor this site for the release of amendments (if any). The RFQ number is FY2333-07-Q-0029 and should 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 RFQ is being solicited as unrestricted. The requirement is for 18 each High Value Resistance Standards in accordance with purchase description 07E-111A-DC dated 30 June 2006 that shall include an extended 5-year warranty, and data in accordance with DD Forms 1423 and 1664. The award will include options for a total option quantity of 68 each. Options to purchase up to 20 each in FY08, FY09, FY10, and up to 8 each in FY11 is required. The Government reserves the authority to excersice options by issuance of modification orders for all or any portion of the total option quantity from the date of the award through FY11 (30 September 2011). The Purchase Description and requirements for data delivery on the contract data requirements list and warranty description are available for download at this site. Products offered shall be commercially available within 180 days after receipt of award notification. Delivery of the first production quantity, CLIN 0001, of 3 each shall be due 180 days after receipt of award notification. The first production units will undergo an initial acceptance testing period of 45 days. Delivery rate of the remaining 15 each shall be a minimum of 3 each and maximum of 5 each every 30 days after completion of CLIN 0001 acceptance. Delivery of option quantities shall be a minimum of 3 each and maximum of 5 each due no later than 90 days after the option is excercised. Balance of remaining option quantities and in the event of over-lapping orders, delivery shall be a minimum of 3 each and maximum of 5 each every 30 days until all units are delivered. Acceptance testing is required on all units and will be completed within 45 days after receipt at AFMETCAL. The units are for delivery to AFMETCAL, Heath, OH and delivery shall be FOB destination. The use of the Wide Area Workflow (WAWF) billing system is required and invoices may not be submitted in WAWF until the each unit has passed acceptance testing. 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 acceptability - The 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, 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 please do so at the ORCA website. 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 52.222-19, 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 252.227-7015 Technical Data - Commercial items (Nov 95), 252.232-7003 Electronic Submission of payment request (May 2006) use of Wide area work flow for invoicing and receiving reports is required, 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 a statement of compliance with extended 5 year warranty, as per Warranty Description (Worldwide), AFMETCAL/ML-05 dated 30 June 2004; (9) Include a copy of subcontracting plan if applicable; (10) include pricing for the four (4) option year quantities. The options may be exercised anytime from date of award up through 30 September 2011; and (11) fully comply to the requirements of DD Forms 1423 and 1664. This will be a DO-A7 rated order. Offers are due by 24 May 2007 at 4:00 PM EST to: Bruce Thompson, AFMETCAL 562 CBSSS/GBKA, 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 must 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
SN01289589-W 20070510/070508220506 (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.