Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2008 FBO #2356
DOCUMENT

66 -- High Accuracy Reference Digital Multimeters - Five Year Extended Warranty Statement - Data Item Descriptions - Statement of Objectives - Purchase Description

Notice Date
5/7/2008
 
Notice Type
Purchase Description
 
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. Bldg 2, Heath, Ohio, 43056-6116
 
ZIP Code
43056-6116
 
Solicitation Number
FY2333-08-Q-0023
 
Point of Contact
Tom Carson,, Phone: 740-788-5049, Glenna Pound,, Phone: 740-788-5040
 
E-Mail Address
tom.carson@afmetcal.af.mil, glenna.pound@afmetcal.af.mil
 
Small Business Set-Aside
N/A
 
Description
This is a 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 High Accuracy Reference Digital Multimeters with Five-year extended warranty, technical manuals, equipment failure information reports and a limited number of cases. 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 2005-24 and DAC 91-13 DFARS Change Notice (DCN) 20080331. 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-0023 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. Offerors are requested to provide pricing for 109 units. It is anticipated that 36 units and 7 cases will be purchased in FY 08 with a FY 09 option for up to 34 units and up to 10 cases, a FY 10 option for up to 29 units and up to 7 cases, and a FY 11 option for up to 10 units and up to 5 cases. The best estimate is that a total of 99 units will be ordered, however, there is no guarantee that an option will be exercised. The units must meet the requirements of Purchase Description 08E-GBEBB-RR-115A-DC Revision 2 dated 3 April 2008, with a Five-year extended warranty IAW AFMETCAL / ML warranty description 05 dated 30 Jun 04 and data in accordance with DD 1423 and DD 1664. The cases must meet the requirements listed in the Statement of Objectives (SOO) 08E-GBEBB-RR-115B-DC dated 1 April 2008 Revision 1. The Purchase Description, warranty description, and requirements for data delivery on the contract data requirements list are available for download at this site. Please review all documents carefully and note TM8601 requires calibration procedures and an illustrated parts breakdown be included in the manuals. Products offered shall meet the definition of a commercial item. Delivery of the first production quantity of 7 each shall be due 120 days after receipt of award notification. Delivery shall continue at the rate of 3 each due 90 days after acceptance of the first production units and continue at that rate every 30 days thereafter until complete. Accelerated delivery is not permitted unless authorized by the contracting officer. There is potential for units to be direct shipped to PMEL locations throughout the U.S. if initial acceptances are without problems. Delivery rate would change to a minimum of 3 maximum of all if this occurs. The first production units will be shipped to AFMETCAL in Heath Ohio. Remaining units will be shipped to AFMETCAL or Precision Measurement Equipment Laboratories throughout the U.S. Delivery shall be FOB destination. Contingent upon the availability of funds, delivery of option quantities up to 3 each will be due 30 days after completion of previous CLIN basic quantity - production units or 120 days after exercise of option whichever is later and continue at that rate every 30 days thereafter until all units are delivered. The first production acceptance testing of the first 7 units will begin when the units are delivered and will be completed within 45 days after receipt at AFMETCAL in Heath Ohio. Invoices may not be submitted in WAWF until the units have passed acceptance testing. Offerors will be required to provide pricing for a total of 109 units. Please include any quantity price break discounts. The 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, 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. 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; FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, with Alternate I. Each offeror shall include a completed copy of this provision. Offerors shall complete only paragraph (l) 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 (k) of this provision; 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 (deviation); FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.219-9 Small Business Subcontracting Plan; FAR 52.219-28 Post-Award Small Business Program Representation; FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veteran; DFAR 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; DFAR 252.211-7003 Item Identification and Valuation; DFAR 252.212-7000 Offeror Representations and Certifications - Commercial Items; DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFAR 252.225-7020 Trade Agreements Certificate; DFAR 252.227-7015 Technical Data - Commercial Items; DFAR 252.232-7003 Electronic Submission of payment request; AFMC FAR 5352.215-9006 Intent to Incorporate Contractor's Technical Proposal(AFMC); AFMC FAR 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 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, (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 a statement of compliance with extended 5-year warranty statement, (9) include a copy of subcontracting plan if applicable, (10) be sure to include pricing for option year quantities, the option may be exercised anytime from date of award up through 30 Sept 2011, (11) include FAR 52.212-3 reps and certifications and be sure ORCA and CCR are current. CLINs should be priced as follows: FY 2008 Basic Contract, First Production Units CLIN 0001 High Accuracy Reference Digital Multimeter, First Production Units, 7 each CLIN 0002 Data Requirements IAW DD1423 CLIN 0003 Five-year warranty, 7 each CLIN 0004 Cases, 7 each FY 2008 Basic Contract, Production Units CLIN 0005 High Accuracy Reference Digital Multimeter, Production Units, 29 each CLIN 0006 Data Requirements IAW DD 1423 CLIN 0007 Five-year warranty, 29 each FY 2009 Option May be exercised from date of award through 30 Sep 2009 or 30 days after completion of previous clins whichever is later CLIN 0008 High Accuracy Reference Digital Multimeter, 1-34 each CLIN 0009 Data Requirements CLIN 0010 Five-year warranty, 1-34 each CLIN 0011 Cases, 1-10 each FY 2010 Option. The option may be exercised from date of award through 30 Sep 2010 or 30 days after completion of previous clins whichever is later CLIN 0013 High Accuracy Reference Digital Multimeter, 1-29 each CLIN 0014 Data Requirements CLIN 0015 Five-year warranty, 1-29 each CLIN 0016 Cases, 1-7 each FY 2011 Option May be exercised from date of award through 30 Sep 2011 or 30 days after completion of previous clins whichever is later CLIN 0017 High Accuracy Reference Digital Multimeter, 1-10 each CLIN 0018 Data Requirements CLIN 0019 Five-year warranty, 1-10 each CLIN 0020 Cases, 1-5 each This will be a DO-A7 rated order. Offers are due by 25 May 2008 at 4:30 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 if received timely shall be considered by this agency.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ab87f1e234099c33a9faa3e23bf6d95b&tab=core&_cview=1)
 
Document(s)
Purchase Description
 
File Name: Five Year Extended Warranty Statement (5 Yr Warranty Statement.pdf)
Link: https://www.fbo.gov//utils/view?id=654287dad9d8da1a1b9b62878a47c33e
Bytes: 157.94 Kb
 
File Name: Data Item (DD1423-1.pdf)
Link: https://www.fbo.gov//utils/view?id=111fb7f83078dd703e5483b3d1e8209c
Bytes: 687.71 Kb
 
File Name: Data Item (dd1423-2.pdf)
Link: https://www.fbo.gov//utils/view?id=c9fd85836d8c4b57b9b11bfeb235e042
Bytes: 207.64 Kb
 
File Name: Data Item (dd1423-2B.pdf)
Link: https://www.fbo.gov//utils/view?id=6fdf689c5425b2d72988f3919377024a
Bytes: 211.67 Kb
 
File Name: Data Item (dd1423-2C.pdf)
Link: https://www.fbo.gov//utils/view?id=9d969a97e6edc7eb1e14f805370906d8
Bytes: 212.10 Kb
 
File Name: Data Item (dd1423-2D.pdf)
Link: https://www.fbo.gov//utils/view?id=1733af18c5dfdbe66e8f2081f4f7d638
Bytes: 196.28 Kb
 
File Name: Data Item (DID_CalCert80798B.pdf)
Link: https://www.fbo.gov//utils/view?id=f729c3837d6fc6d364e48be3ab92a320
Bytes: 10.50 Kb
 
File Name: Data Item (DID_EFIR80359.pdf)
Link: https://www.fbo.gov//utils/view?id=ffad4ee6918e558741d664ca6a052c80
Bytes: 8.44 Kb
 
File Name: Data Item (DID_TailoredCOTS_80527.pdf)
Link: https://www.fbo.gov//utils/view?id=da1c3d0ecfaf25fde9d78cfe383903e5
Bytes: 15.63 Kb
 
File Name: Statement of Objectives (SOO_Rev1_08E-115A-DC Hi Acc Ref MM_Cases_1 Apr 08.rtf)
Link: https://www.fbo.gov//utils/view?id=568a8f98a3a81b51a6dfd53e1847b5d2
Bytes: 38.89 Kb
 
File Name: Purchase Description (PD_Rev2_08E-115A-DC Hi Acc Ref MM_PD_3 Apr 08.doc)
Link: https://www.fbo.gov//utils/view?id=1e6114c56365a85e34acfe1097d6f3e1
Bytes: 439.50 Kb
 
File Name: Attachment to Purchase Description (Attachment to PD.docm)
Link: https://www.fbo.gov//utils/view?id=013e86d6ab907f87921c472a5c823396
Bytes: 20.08 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN01568616-W 20080509/080507220505-ab87f1e234099c33a9faa3e23bf6d95b (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.