Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2007 FBO #1999
MODIFICATION

66 -- Second Generation Air Data Controller

Notice Date
5/16/2007
 
Notice Type
Modification
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
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
43056-6116
 
Solicitation Number
FY2333-07-Q-0025
 
Response Due
5/31/2007
 
Archive Date
6/1/2008
 
Point of Contact
Glenna Pound, Contracting Officer (Location Admin), Phone 740-788-5043, Fax 740-788-5157,
 
E-Mail Address
glenna.pound@afmetcal.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The date for receipt of offers has been revised to 31 May 2007. The purchase description has been revised the new date is 14 May 2007. The following areas were changed: Changed the Airspeed resolution to 0.01 Knots from 0.001 Knots Changed the Airspeed range to 1020 Knots from 1005 Knots Changed the Pt accuracy to (0.004 in. Hg or 0.01% of reading whichever is greater) from 0.004 in. Hg Removed ?tested at 23+/- 3 degrees C from paragraph 4.4 Added the following to Paragraph 4.4 ? The standard used to calibrate the SGADC will be the DHI ADCS-601. This standard consists of a Force Balance Piston Gage and Dead Weight Tester with an automatic mass handler. It can automatically generate and measure pressures throughout the range of 0.295 to over 110 in. Hg. The accuracy of the standard is 0.008% of reading or 0.0001 in. Hg below 4 in. Hg and 0.004% of reading + 0.00017 in. Hg above 4 in. Hg.? .................................................... This is a combined synopsis solicitation no other solicitation will be issued, request for paper copies will no be honored. THIS BUY IS 100% SET ASIDE FOR SMALL BUSINESS. 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 a Second Generation Air Data Calibrator with a Five year extended warranty, a quote for a 10 year warranty is also requested as a separate item, operation and maintenance manuals and equipment failure information reports and calibration certificates. 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 offeror's responsibility to monitor this site for the release of amendments (if any). The RFQ number is FY2333-07-Q-0025 and shall be referenced on any offer submitted. The North American Industry Classification System (NAICS) code for this acquisition is 334516 and the business size standard is 500 employees. This quotation is being solicited as 100% set aside for small business. Offerors are requested to provide pricing for 83 units. It is anticipated that 27 units will be purchased in FY 07 with an FY 08 option for up to 28 units and FY 09 option for up to 23 units and an FY 10 option for up to 5 units. The best estimate is that a total of 78 units will be ordered however there is no guarantee that an option will be exercised. The units must meet the requirements of Purchase Description 07M-238A-FL dated 20 Jun 2006, the Five-year extended warranty description and data in accordance with DD 1423 and DD 1664. Please read the requirements of TM8601M carefully and note that an illustrated parts list must be included in the manual. The Purchase Description and requirements for data delivery on contract data requirements list and warranty description are available for download at this site. Products offered shall be commercially available. Delivery of the first production quantity of 1 each shall be due 180 days after receipt of award notification. The first production unit will undergo extensive testing for a period of 90 days. Delivery will continue at a rate of a min of 1 max of 4 units 90 days after acceptance of the first production unit and continue at that rate every 30 days thereafter until complete. Accelerated delivery is not permitted unless authorized by the contracting officer. The first production unit will be shipped to AFMETCAL in Heath Ohio. Remaining units will be shipped to AFMETCAL for acceptance testing and then shipped to Air Force Precision Measurement Equipment Laboratories worldwide. Delivery shall be FOB destination. This award is contingent upon the availability of funds, delivery of option quantities up to 4 each will be due 30 days after completion of CLIN 0001 basic quantity or 90 days after exercise of option whichever is later and continue at that rate every 30 days thereafter until all units are delivered. The first production acceptance testing of the first unit will begin when the unit is delivered and will be completed with 90 days after receipt at AFMETCAL in Heath Ohio. Acceptance testing of the remaining units will be completed with 45 days after receipt at AFMETCAL. The use of Wide Area Workflow billing system is required. 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 83 units. 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 then 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 technical proposal and product sample submitted in response to this request for quote. Offerors who do not meet the technical requirements will not be considered for award. The technical proposal response shall include a written line-by-line response to each paragraph number of the purchase description and include a product sample unit. This unit should be a commercial unit and be as close to the proposed unit as possible. Provide all accessories required for operation including operating instructions/manual, as the unit will undergo evaluation to ensure it meets all of the requirements of the purchase description. Provide detailed information on how the product sample unit will be modified to meet the technical requirements. Failure to submit a product sample on time may require rejection of your offer. Items delivered under any resulting contract must conform to the approved product sample. The product sample shall be submitted at no expense to the Government and shall be returned, at the offeror's expense, upon completion of evaluation. Product samples shall be sent to 588 CBSS GBHA (AFMETCAL) attn Carol Cooperrider 813 Irving-Wick Dr W Bldg 4 door 15 Heath Oh 43056-6116 Mark Product sample FY2333-07-Q-0025 on the shipping document. Evaluation of the product sample shall take no longer than 30 days after receipt at AFMETCAL Heath, OH. Please call Glenna Pound at 740-788-5043, or email to Glenna.Pound@afmetcal.af.mil to advise of the shipping of your product sample prior to the closing date of this solicitation. Each PD paragraph 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 52.219-6, Notice of Total Small Business Set-Aside (June 2003)(15 U.S.C. 644)., 52.219-8, Utilization of Small Business Concerns (May 2004)(15 U.S.C. 637(d)(2) and (3) 52.219-14, Limitations on Subcontracting (Dec 1996)(15 U.S.C. 637(a)(14)). .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, DFARS 252.225-7000, Buy American Act?Balance of Payments Program Certificate (Jun 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), 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (JUN 2005) (IAW DFARS 212.301 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, 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (SEP 2004) (Section 8021 of Public Law 107-248 and similar sections in subsequent DoD appropriations acts). 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 and include a product sample unit, (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 that follows the PD line by line, (8) Include a statement of compliance with extended 5 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 2010. Clins should be prices as follows: Clin 0001unit 27 ea clin 0002 27 each data, clin 0003 27 each warranty, clin 0004 FY 08 1-28 clin 0005 data 1-28 clin 0006 warranty 1-28 clin 0007 FY 09 1-23 clin 0008 data 1-23 clin 0009 1-23 warranty, clin 0010 FY10 1-5 clin 00011 data 1-5 clin 0011 warranty 1-5 and clin 0012 for 10 year warranty. (11) include FAR 52.212-3 reps and certs and be sure ORCA and CCR are current. This will be a DO-A7 rated order. Offers are due by 31 May 2007 at 4:00 PM EST to: Glenna Pound, 562 CBSSS/GBKA (AFMETCAL) 813 Irving-Wick Dr W, Bldg. 2, Heath OH 43056-1199. Facsimile submissions to 740-788-5157 are permissible with the follow-up of an original sent by mail or submit by email to Glenna.Pound@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 small business sources may submit an offer, which shall be considered by this agency. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (16-MAY-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AFMC/AFMETCAL/FY2333-07-Q-0025/listing.html)
 
Record
SN01295997-F 20070518/070516222006 (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.