Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2007 FBO #2041
SPECIAL NOTICE

66 -- Super Sonic Wind Tunnel

Notice Date
6/27/2007
 
Notice Type
Special Notice
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F1SBAA7124B001
 
Response Due
7/18/2007
 
Archive Date
6/26/2008
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The solicitation is a request for Proposal (RFP). Type of contract will be awarded as Firm Fixed Price. The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-14 and DFARs Change Notice (DCN) 20061219. This acquisition is small business-set aside. NAICS code is 332313. The size standard is 500 employees. Description: The Air Force Research Laboratory has a requirement for a contractor to provide the design, fabrication and installation of a supersonic wind tunnel at California State Polytechnic University (Cal Poly Pomona). The Supersonic Wind Tunnel shall be designed to Air Force Specifications, and shall be designed, manufactured, fabricated and installed by a qualified wind tunnel contractor. Performance shall be in accordance with the attached Statement of work. Period of performance will be 15 months of contract award. The item description is as follows: The proposal shall include following: a. Break out the cost and show schedule impact of each item separately. b. Clearly identify all utility connections that will require in the proposal. c. Show a scheduled completion in 15 months. d. Four major milestones shall be identified in the proposal. Item Description: 1. Preliminary Design Review (2 months after award) ? Design approach. 2. Critical Design Review/Authorization to Proceed (6 months after award) - Detailed design and engineering drawings. 3. Delivery for Assembly ? Fabricated parts for assembly in Pomona. 4. Calibration (completed 15 months after award) ? Calibration and final checkout. CLIN 0001: Preliminary Design (All Deliverables). The contractor shall deliver all preliminary design as required by the Statement of Work (SOW). CLIN 0002: Critical Design (All Deliverables). The contractor shall deliver all Critical Design as required by the Statement of Work (SOW). CLIN 0003: Delivery of Hardware. Contractor shall deliver an 8? x 8? Supersonic Wind Tunnel and 4-piece supersonic model set. Support equipment shall include the following: Silencer, Storage Tankage, Compressor, Dryer & oil separator, Piping and fluid control components CLIN 0004: Delivery of special instrumentation & models. Delivery shall include the following: AGARD Calibrated Model, 12? Schlieren System, Calibrated Pressure Rake & Flow Alignment Cone CLIN 0005: Installation, Checkout, & Calibration of all systems. The contractor shall provide services for the installation, checkout and calibration of all systems. This shall include piping and plumbing. This shall include labor, supervision, materials, and permits as required by law. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. FAR 52.212-1, Instructions to Offerors-Commercial Items (addendum to paragraph (h): a single award will be made; FAR clause 52.212-2, Evaluation--Commercial Items, the following factors shall be used to evaluate offers: Best Value (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:(i) Technical capability of the item offered to meet the Government requirement;(ii) Price;(iii) Past performance (see FAR 15.304);Technical and past performance, when combined, is greater in relative importance, when compared to price. FAR clause 52.212-3, Offeror Representations and Certifications - Offerors must include a completed copy of the provision with the offer via the ORCA website. Instructions for completing this requirement can be found by going to website http://orca.bpn.gov/ and http://orca.bpn.gov/help.aspx. In order to register via ORCA, vendor must also have an active DUNS Code (Dunn and Bradstreet - http://www.dnb.com/us/), be actively registered in the Central Contracting Registration (CCR - https://www.bpn.gov/CCR/scripts/index.html) system, and obtain a Marketing Partner Identification Number (MPIN -http://www.ccr.gov/mpin.asp). Offerors shall provide the information required in the clause; clause 52.212-4, Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers With Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans); clause 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration, 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.222-44, Fair Labor Standards Act and Service Contract Act ? Price Adjustment; 52.222-48, Exemption from Application of Service Contract Act Provisions-Contractor Certification. The following DFAR clauses apply to this acquisition: 252.212 7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items (including 252.225-7001 Buy American Act and Balance of Payment Program); and 252.211-7003 Item Identification and Valuation. Additional information: Technical point of contact is Sean Kenny, (661) 275-5468; E-mail: sean.kenny@edwards.af.mil. Contractual point of contact is Sun McGuinness, (661) 277-2093, fax 661-277-2114, E-mail: sun.mcguinness@edwards.af.mil. Responses must be received no later than (NLT) 1:00 p.m., Pacific Standard Time, 16 JUL 07 . Responses should be submitted to: Sun McGuinness, Air Force Flight Test Center (AFFTC/PKTA), Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA 93524. Telephone requests to be placed on a mailing list will not be honored.
 
Record
SN01329061-W 20070629/070628030923 (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.