Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2008 FBO #2314
SOLICITATION NOTICE

66 -- Nuclear Spectroscopy System

Notice Date
3/26/2008
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 562 CBSG OMP (AFMETCAL), 813 Irving Wick Dr. W. Bldg 2, Heath, OH, 43056-6116, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FY2333-08-Q-0017
 
Response Due
4/14/2008
 
Archive Date
10/1/2008
 
Point of Contact
Tom Carson, Contract Specialist, Phone 740-788-5049, Fax 740-788-5157, - Amy Poling, Contracting Officer, Phone 740-788-5045, Fax 740-788-5157
 
E-Mail Address
Tom.Carson@afmetcal.af.mil, Amy.Poling@afmetcal.af.mil
 
Description
This is combined synopsis solicitation no solicitation will be issued. AFMETCAL 562 CBSSS/OMP at Heath OH intends to award a firm fixed price purchase order under Simplified Acquisition Procedures (SAP) for the purchase of a Nuclear Spectroscopy System 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 2005-23 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-0017 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 unrestricted. The requirement is for one Nuclear Spectroscopy System in accordance with Purchase Description 08M-215A-RA dated 25 March 2008, with a standard warranty of at least 1 year and data in accordance with DD 1423 and DD 1664. The Purchase Description and data requirements list are available for download at this site. Items offered shall be commercially available. Items meeting or exceeding the requirements set forth in the Purchase Description may be offered. Any features or additional capabilitites of a commercial item which are not listed in the salient characteristics of the Purchase Description are not essential and need not be offered or proposed. The unit is for delivery to AFMETCAL, Heath, OH. Delivery shall be due 180 days after receipt of award notification. Delivery shall be FOB destination. Acceptance testing is required and will be completed within 45 days after receipt at AFMETCAL. Invoices may not be submitted in WAWF until the unit has passed acceptance testing. Current versions of the following clauses apply to this acquisition and are incorporated by reference: FAR 52.212-1 Instructions to Offerors Commercial Items, FAR 52.212-2 Evaluation-Commercial Items (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 2. Price. All offeror's shall provide with their quotation, a copy of their commercial warranty, 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 it's 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, 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 and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (deviation), FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, DFARS 252.225-7035, Buy American Act-Free Trade Agreements-Balance of Payments Program Certificate, DFARS 252.211-7003, Item Identification and Valuation, DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. DFARS 252.227-7015 Technical Data-Commercial Items, 252.232-7003 Electronic Submission of payment request use of Wide area work flow for invoicing and receiving reports is required, 5352.215-9006 Intent to Incorporate Contractor's Technical Proposal(AFMC), 5352.201-9101 Ombudsman (AFMC). 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 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 their taxpayer identification number (TIN), CAGE Code Number and DUNS Number, (7) include a technical proposal that follows the purchase description line by line, and (8) Include copy of standard warranty. This will be a DO-A7 rated order. Offers are due by 14 April 2008 at 4:00 PM EST to: Tom Carson, 562 CBSSS/OMP (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 Tom.Carson@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.
 
Record
SN01542061-W 20080328/080326224214 (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.