Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 02, 2007 FBO #2014
SOLICITATION NOTICE

66 -- Lapping Jig and Lapping Plate

Notice Date
5/31/2007
 
Notice Type
Solicitation Notice
 
NAICS
333514 — Special Die and Tool, Die Set, Jig, and Fixture Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 377 CONS - Kirtland (Operational Contracting Squadron), 377 CONS/LGC Operational Contracting Squadron 2000 Wyoming Blvd SE, Kirtland AFB, NM, 87117-5606, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F2KBAD7135A003
 
Response Due
6/7/2007
 
Archive Date
6/22/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. This requirement is set-aside for small business only. The NAICS Code for this synopsis/solicitation is 333514, Size Standard 500. Solicitation/Purchase Request number F2KBAD7135A003 is issued as a Request for Quote (RFQ). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-16 effective 22 March 2007. The Government intends to award: (CLIN 0001) Logitech PP5/PSM1 or equal; Polishing jig system consisting of PP5 Lapping jig with PSM1 programmable sample monitor or equal, DG-925 digital gauge, process wafers up to 3 inches in diameter, allows unattended lapping of samples to a predetermined thickness, digital display providing 1 um resolution and audible alarm prior to completion of sample processing, vacuum adapter. QUANTITY: 1 UNIT OF MEASURE: EA (CLIN 0002) Logitech 1PVE-0100 expanded polyurethane lapping plate or equal; 30 cm diameter, no grooves, for use with PM5 auto polisher. QUANTITY: 1 UNIT OF MEASURE: EA (CLIN 0003) Shipping and Handling QUANTITY: 1 UNIT OF MEASURE: EA DESIRED DELIVERY DATE: 30 Days from date of award. FOB: DESTINATION. Inspection and Acceptance: DESTINATION. Offerors shall provide information on used, reconditioned, or remanufactured supplies, or unused former Government surplus property. The following provisions and clauses apply to this procurement: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.211-6, Brand Name or Equal; Addenda to FAR 52.212-1. In accordance with the FAR 13.106-1(a)(2) offerors are notified that award will be made on the basis of price and technical specifications. FAR 52-212-3 Offeror Representations and Certification-Commercial Items (all offerors shall include a completed copy of this provision with their proposal); FAR 52.219-1 Small Business Program Representations; FAR 52.204-7, Central Contractor Registration. FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. [in paragraphs (b) and (c) the following clauses apply 52.219-6, 52.222-3; 52.222-19; 52.222-21, 52.222-26, 52-222-36, 52.225-13, 52.232-33.] Addendum to FAR 52.212-5: FAR 52.252-2, Clauses and 52.252-1, Solicitations and Provisions may be accessed in full text at http://farsite.hill.af.mil/. DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. [in paragraph and (b) the following clause applies 252.225-7001, 252.225-7000, 252.204-7004-Alternate A, 252.232-7003, 252.247-7023-Alternate III] Addendum to DFAR 252.212-7001: 252.225-7002. All payments are to be paid via theInternet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire the status of your payment. All offers are due no later than 7 June 2007 (Eastern Standard Time) 3:00 PM. Offers may be mailed to 377 CONS/LGCB, ATTN: Joyce Powers, 2000 Wyoming Blvd SE, Bldg. 20604, Room B-18, Kirtland AFB NM 87117-5606, emailed to joyce.powers@kirtland.af.mil, or faxed to (505) 846- 8925 or the Contracting Officer: James Cochran; jim.cochran@kirtland.af.mil. ATTN: Joyce Powers ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. If you are not registered you may request an application at (888) 227-2423 or through the CCR website at http://www.ccr.gov.
 
Place of Performance
Address: 377 CONS/LGCA, 2000 WYOMING BLVD SE, BLD 20604 RM B-14, KIRTLAND AFB, NM
Zip Code: 87117-5606
Country: UNITED STATES
 
Record
SN01306396-W 20070602/070531220811 (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.