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
MODIFICATION

66 -- Automated Track System Upgrade

Notice Date
5/31/2007
 
Notice Type
Modification
 
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, 562 CBSSS GBKA (AFMETCAL), 813 Irving Wick Dr. W., Heath, OH, 43056-6116, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FY2333-07-Q-0014
 
Response Due
6/8/2007
 
Archive Date
10/1/2007
 
Small Business Set-Aside
Total Small Business
 
Description
The requirement of sole source is being changed to allow offers from all small business manufacturers able to meet the requirements of the attached statement of work and DD1423. The closing date for this solicitation is extended to 8 June 2007 at 4:00 PM EST. The following replaces the previously posted solicitation. ************************************************* AFMETCAL Det1 1 at Heath OH intends to award a firm fixed price purchase order under Simplified Acquisition Procedures (SAP) for the purchase of Automated Track System upgrade, installation, and training for the Automated Range Track Systems with standard 1 year warranty and manuals. 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, DAC 91-13, and DFARS Change Notice (DCN) 20070327. This announcement constitutes the only solicitation. 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-0014 and should be referenced on any offer submitted. The NAICS code is 334513 and the business size standard is 500 employees. This quotation is being solicited as 100% Small Business Set-Aside. The requirement is for the Automated Track System upgrade and installation along with training on the operation and maintenance of the upgrade in accordance with Statement of Work number 07M-225A-RA, dated 18 July 2006. The statement of work and data requirements are available for download at this site. Items offered shall be commercially available. Delivery shall be 180 days after date of award. Item is for delivery to AFMETCAL Det 1, Heath, OH. Acceptance testing is required and will be completed within 45 days after receipt at AFMETCAL Det 1. Invoices may not be submitted in WAWF until the 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 statement of work and 2. Price. All offeror's shall provide with their quotation, a copy of their commercial warranty, 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 item. 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 statement of work. Each response is to be specific and detailed enough to allow full evaluation of the item being offered and its capabilities. A simple statement of compliance is not acceptable. Where the technical literature demonstrates that the proposed item meets the requirement of a specific statement of work 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 . Offerors shall verify and update, if needed, their information on ORCA and CCR so that information is accurate and current. 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), 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 252.212-7001, 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 statement of work; (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 copy of standard warranty, and (9) individual pricing for upgrade, installation, training, warranty, and manuals. This will be a DO-A7 rated order. Offers are due by 8 June 2007 at 4:00 PM EST to: Amy Poling, 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 amy.poling@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. Note ? 100 percent Set aside for small business
 
Record
SN01306400-W 20070602/070531220815 (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.