Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2008 FBO #2288
MODIFICATION

66 -- Four Terminal AC Resistance Standard Set

Notice Date
2/29/2008
 
Notice Type
Modification
 
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
FY2333-08-Q-0004
 
Response Due
3/14/2008
 
Archive Date
3/30/2009
 
Point of Contact
Becky Smith, Contracting Officer, Phone 740-788-5044, Fax 740-788-5157
 
E-Mail Address
Rebecca.Smith@afmetcal.af.mil
 
Description
THIS COMBINED SYNOPSIS/SOLICITATION HAS BEEN EXTENDED UNTIL 4:00 P.M. EST ON 14 MARCH 2008. A REVISED PURCHASE DESCRIPTION AND CHANGES TO THE COMBINED SYNOPSIS/SOLICITATION WILL BE POSTED BY 4 MARCH 2008. This is a combined synopsis solicitation and no solicitation will be issued. 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 Four Terminal AC Resistance Standard Sets with a one year warranty, operation and maintenance manuals 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 2005-23 and DAC 91-13 DFARS Change Notice (DCN) 20080124. 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 FY2333-08-Q-0004 and shall 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 quotation is being solicited as unrestricted. The requirement is for 6 each Four Terminal AC Resistance Standard Sets in accordance with Purchase Description 08E-127A-DC (Rev 2) dated 27 November 2007 with a standard warranty of at least 1 year and data in accordance with DD 1423 and DiD 1664. Purchase description and data requirements list are available for download at this site. Items offered shall be commercially available. The units are for delivery to AFMETCAL, Heath OH. Delivery shall be a minimum of 3 units and a maximum of 6 units 120 days after receipt of notice of award. Acceptance testing is required and will be completed within 45 days after receipt at AFMETCAL. Subsequent deliveries shall be a minimum of 3 and maximum of 6 due every 30 days thereafter until all units are delivered. Accelerated delivery is not permitted unless authorized by the contracting officer. Invoices may not be submitted in WAWF until the unit has passed acceptance testing. Delivery shall be FOB destination AFMETCAL. The first production acceptance testing of the first 3 units will begin when the units are delivered and will be completed within 45 after receipt at AFMETCAL in Heath Ohio. Acceptance testing of the remaining units will be completed within 45 days after receipt at AFMETCAL. 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. 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, a copy of 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 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 electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (j) of this provision and shall update the ORCA website as soon as possible, FAR 52.212-4 Contract Terms and Conditions?Commercial Items (Feb 2007) and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items (Nov 2006) deviation (Nov 2006), 52.219-1, Small Business Program Representations, FAR 52.219-8, Utilization of Small Business Concerns, FAR 52.219-9 Small Business Subcontracting Plan (Sep 06), and 52-219-28 Post-Award Small Business Program Representation, 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 (Mar 2007), 252.225-7035, Buy American Act ? Free Trade Agreements ? Balance of Payments Program Certificate (Oct 2006), 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 (Apr 2007), 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 252.225-7014, Preference for Domestic Specialty Metals, DFARS 252.227-7015 Technical Data?Commercial items (Nov 1995), 252.232-7003 Electronic Submission of payment request (Mar 2007) use of Wide area work flow (WAWF) for invoicing and receiving reports is required, 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). All offers must be valid for a period of at least 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 taxpayer identification number (TIN), CAGE Code Number and DUNS Number, (7) include a technical proposal that follows the PD line by line, (8) include FAR 52.212-3 reps and certs and be sure ORCA and CCR are current, (9) include copy of standard warranty, (10) offerors shall submit pricing in the following format: CLIN 0001 Basic unit, 6 each, Unit price, and Total; CLIN 0002 Data, 10 each in accordance with DD1423 and DiD 1664, unit price and total. This will be a DO-A7 rated order. Offers are due by 25 February 2008 at 4:00 PM EST to: Becky Smith, 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 rebecca.smith@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 invoices shall be submitted 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 the DFAS website at http://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. All responsible sources may submit a response which, if timely received, shall be considered by the agency.
 
Record
SN01520765-W 20080302/080229224542 (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.