Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 31, 2008 FBO #2378
SOLICITATION NOTICE

66 -- Updated Pulsed Laser Deposition Multilayer Target Control

Notice Date
5/29/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
F4FBEX8109A002
 
Archive Date
6/20/2008
 
Point of Contact
Michael A Lovano, Phone: 937-522-4590
 
E-Mail Address
michael.lovano@wpafb.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Requirements (FAR) 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 number for this requirement is F4FBEX8109A002 and is hereby issued as a Request for Quote (RFQ) using FAR Subpart 13.1 Simplified Acquisition Procedures. The 88th Contracting Squadron, Wright-Patterson Air Force Base, Ohio intends to award a firm-fixed-price contract for the following requirement: CLIN 0001: Updated Pulsed Laser Deposition Multilayer Target Control. Target Carrousel Flange Assembly. Planetary gear assembly w/ six target axles. Six- 1" diameter target mounting plates. 8" knife-edge flange w/ 4 mini ports. Magnetic fluid sealing rotary feedthru for carrousel drive. Synchronous AC motor on welded bellows feedthru for target drive. Heat/contamination shield, Rated for 110 Volt operation This acquisition is 100% Small Business Set-Aside and is under North American Industry Classification System code 334515 Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals, with a small business size standard of 500 employees. Please identify your business size in your response based upon this standard. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions may be accessed via the Internet at website http://farsite.hill.af.mil. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-25, Defense Acquisition Circular (DAC) 91-13 Correction and Air Force Acquisition Circular (AFAC) 2008-0128. The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant purchase order: FAR 52.212-1, Instructions to Offerors-Commercial Items, and any addenda to the provision as listed in this notice; FAR 52.212-2, Evaluation-Commercial Items-(Award will be made based upon best value to the government); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items- (Offeror must complete the representation and certifications and submit with offer. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov ); FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.204-7, Central Contractor Registration; FAR 52.204-9; Personal Identity Verification of Contractor Personnel; FAR 52.222-3, Convict Labor; 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 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.223-5, Pollution Prevention and Right-to Know Information; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-1, Disputes; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.237-1 Site Visit; FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; FAR 52.247-4, F.o.b. Destination; FAR 52.252-1, Solicitation Provisions Incorporated by Reference http://farsite.hill.af.mil FAR 52.252-2, Clauses incorporated by Reference (http://farsite.hill.af.mil ); FAR 52.252-3, Alterations in Solicitation; FAR 52.252-4, Alterations in Contract; FAR 52.252-6 Authorized Deviations in Clauses is amended in paragraph (b) to add Department of Defense Federal Acquisition Regulation Chapter 2; FAR 52.253-1 Computer Generated Forms; DFARS 252.204-7004, Alternate A; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7035 with Alt I, Buy American Act-Free Trade Agreements-Balance of Payments Program Certificate; DFARS 252.225-7036 with Alt I, Buy American Act-Free Trade Agreement-Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications; DFARS 252.247-7023 with Alt III, Transportation by Sea; AFFARS 5352.242-9000, Contractor Access to Air Force Installations; AFFARS 5352.223-9001, Health and Safety on Government Installations; AFFARS 5352.201-9101 Ombudsman (August 2005). In Accordance with DFARS 252.232-7003, Invoicing and payments must be made utilizing the Wide Area Work Flow (WAWF) - To register and submit invoice go to https://wawf.eb.mil. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. To view the provisions and clauses in full text, visit the web site: http://farsite.hill.af.mil. A Firm-Fixed Price purchase order will be issued in writing to the successful offeror. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the Central Contractor Registration. To register you may call 1-888-227-2423 or apply via the Internet at http://www.ccr.gov. The quote format is at the discretion of the offeror. Include FAR 52.212-3, Offer Representation and Certification with Offer or indicate it is available at the ORCA website. No telephonic quotes will be processed. All responses must be received no later than 4:30 P.M., Eastern Standard Time on 5 June 2008. Please send any questions and quotes to SSgt Michael Lovano at michael.lovano@wpafb.af.mil. You may also call POC at (937) 522-4590. The Contracting Officer on this requirement is Mr. Thomas Young and he can be contacted at (937) 522-4591.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f5a3971bc94b685f2c249c9c6ff4d16b&tab=core&_cview=1)
 
Place of Performance
Address: AFRL/PRPG, Bldg 450, Wright Patterson AFB, OH 45433, Wright Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN01582879-W 20080531/080529221646-f5a3971bc94b685f2c249c9c6ff4d16b (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.