Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2008 FBO #2440
SOLICITATION NOTICE

66 -- Automation Upgrade for Humidity Generator Questions and Answers dated 24 July 2008 for review

Notice Date
7/30/2008
 
Notice Type
Modification/Amendment
 
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-0019
 
Response Due
9/8/2008 4:00:00 PM
 
Archive Date
12/29/2008
 
Point of Contact
Becky A Smith,, Phone: 740-788-5044
 
E-Mail Address
rebecca.smith@afmetcal.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
--------- THE RECEIPT DATE FOR OFFERS HAS BEEN EXTENDED AGAIN UNTIL 8 SEPTEMBER 2008 AT 4:00 PM EASTERN. ---------- A NEW LIST OF QUESTIONS AND ANSWERS DATED 24 JULY 2008 HAVE BEEN POSTED TO THIS SITE FOR REVIEW. RECEIPT DATE FOR OFFERS IS HEREBY EXTENDED TO 29 JULY 2008, 4:00pm EASTERN. LIST OF QUESTIONS AND ANSWERS HAVE BEEN POSTED TO THIS SITE FOR REVIEW. RECEIPT DATE FOR OFFERS IS HEREBY EXTENDED TO 21 JULY 2008, 4:00pm EASTERN. 562 CBSG (AFMETCAL) at Heath OH intends to award a firm fixed price purchase order under Simplified Acquisition Procedures (SAP) for the purchase of Automation Upgrade for Humidity Generator with standard 1 year warranty, Software Test Plan (STP), Software Test Report (STR), and Sofware Users Manual (SUM) in accordance with the DD Forms 1423s and data item descriptions at this site. 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 is contingent upon availability of funds, FAR 52.232-18, Availability of Funds. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-25 and DAC 91-13, DFARS Change Notice (DCN) 20080513. 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-0019 and should 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 will be a DO-A7 rated order. This quotation is being solicited as a 100% small business set-aside. Offerors are requested to provide pricing for 1 automation upgrade in accordance with Directorate of Metrology Revised Statement of Work 08M-224A-TE, dated 17 June 2008. Statement of Work and data requirements list are available for download at this site. Items offered shall be commercially available. The development work shall be completed within 1 year from date of award of contract. The upgrade is for delivery to 562 CBSG (AFMETCAL), Heath, Ohio. Delivery shall be 365 days after receipt of contract. Acceptance testing will be conducted to ensure that the automation process meets our requirements. Testing will be completed within 45 days after receipt at AFMETCAL in Heath, Ohio. Invoices may not be submitted in WAWF until the unit has passed acceptance testing. 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 acceptability. The 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, 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. 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 Rerepresentation; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies. 52.222-21, Prohibition of Segregated Facilities. 52.222-26, Equal Opportunity. 52.222-36, Affirmative Action for Workers with Disabilities. DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country. DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. DFAR 252.225-7035, Buy American Act--Free Trade Agreement--Balance of Payments Program Certificate. FARS 252.227-7015, Technical Data-Commercial Items. DFARS 252.232-7003, Electronic Submission of Payment Request. Use of Wide Area Work Flow for invoicing and receiving reports is required. AFMC FAR 5352.215-9006, Intent to Incorporate Contractors Technical Proposal. AFMC FAR 5352.201-9101, Ombudsman. 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 offerors initial offer should contain the offerors 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 SOW; (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 SOW line-by-line; (8) include a copy of your standard commercial warranty; (9) include a copy of subcontracting plan if applicable; (10) include FAR 52.212-3 reps and certs and be sure ORCA and CCR are current. CLINs should be priced as follows: CLIN 0001 Automation Upgrade for Humidity Generator 1 each CLIN 0002 Data Requirements Offers are due by 14 July 2008 at 4:00 PM EST to: Becky Smith, 562 CBSG/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 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 responsible sources may submit a response which, if timely received, shall be considered by the agency. Note - 100% set-aside for small business.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e65370330651af21bdc5a0ee27951303&tab=core&_cview=1)
 
Place of Performance
Address: Heath, Ohio, 43056, United States
Zip Code: 43056
 
Record
SN01626824-W 20080801/080730221953-e65370330651af21bdc5a0ee27951303 (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.