Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2009 FBO #2649
SOLICITATION NOTICE

66 -- Hygrometer, Chilled Mirror with 1 year commercial warranty. Additional requirements include data and certificates of calibration.

Notice Date
2/24/2009
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
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
FY2333-09-Q-0013
 
Archive Date
10/1/2009
 
Point of Contact
Bruce E Thompson, Phone: 740-788-5046, Amy I Poling, Phone: 740-788-5045
 
E-Mail Address
Bruce.Thompson@afmetcal.af.mil, Amy.Poling@afmetcal.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
2/24/2009 - The Purchase Description (PD) was revised and added to the attached documents as Purchase Description: 09M-228A-TE Rev. 2, dated 18 February 2009. The PD dated 7 January 2009 is no longer valid. Ensure your offer and Technical Proposal is based upon the Rev. 2, dated 18 February 2009 Purchase Description. The closing date for offers is extended to 9 March 2009, 4:00 PM EST. 2/12/2009 This notice is to extend the closing date to 3/3/2009 so that a revised Purchase Description may be posted. The Purchase Description 09M-228A-TE dated 7 January 2009 is incorrect and will be revised and issued at a later date. Contact Bruce.Thompson@afmetcal.af.mil (740)788-5046 if additional information is needed concerning this notice. This is a combined synopsis solicitation no solicitation will be issued. AFMETCAL 562 CBSG OMP at Heath OH intends to award a firm fixed price purchase order under Simplified Acquisition Procedures for the purchase of 2 each, Chilled Mirror Hygrometers with a one year commercial warranty and associated data requirements for manuals and certificates of calibration. This is a combined synopsis/solicitation for commercial items in accordance with the format in the Federal Acquisition Regulation (FAR) Subparts 12.6 and 13, supplemented by additional information and requirements. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-29 and DAC 91-13 DFARS Change Notice (DCN) 20090115. This 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 FY2333-09-Q-0013 and shall be referenced on any offer submitted. The North American Industry Classification System (NAICS) code is 334516 and the small business size standard is 500 employees. This announcement is being solicited as restricted to small business concerns for a total small business set aside of 100 per cent. Offerors are requested to provide unit pricing for the 2 each, Chilled Mirror Hygrometers and, if separately priced, certificates of calibration and manuals. The Chilled Mirror Hygrometers must meet the requirements of Purchase Description 09M-228A-TE Rev. 2. dated 18 February 2009. The associated data requirements for manuals and certificates of calibration shall be provided in accordance with the Data Requirements DD Form 1423-2 and Data Item Descriptions for Calibration Certificates and Commercial Off the Shelf Manuals and Associated Supplemental Data. The Purchase Description and associated data requirements are available for download at this site. Products offered shall be commercially available. Please review all documents carefully and note that each offeror shall be required to submit a detailed Technical Proposal as instructed by the below FAR clauses 52.212-1, Instructions to Offerors Commercial Items and 52.212-2, Evaluation-Commercial Items. Delivery of all items shall be to Heath OH 43056, FOB Destination. Delivery of contract data requirements shall be in accordance DD Form 1423-2 and delivery of the Chilled Mirror Hygrometers, 2 each, shall be due 180 days after receipt of award notification. Accelerated delivery is not permitted unless authorized by the contracting officer. Government Inspection and Acceptance Testing is required and will be completed by the Air Force Primary Standards Laboratory (AFPSL) within 45 days after the Chilled Mirror Hygrometers have been received by AFMETCAL, Heath OH. Contractor Invoices shall not be submitted in the Wide Area Work Flow (WAWF) for payment until each unit has passed AFPSL testing. The current versions of the following clauses apply to this acquisition and are incorporated by reference: FAR 52.203-6 with Alternate 1, Restrictions on Subcontractor Sales to the Government. FAR 52.209-6, Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment. 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 (PD) and 2. Price. All offerors shall provide with their quotation a Technical Proposal, a copy of the commercial warranty, and any descriptive literature or brochures. Offerors shall submit sufficient technical literature, documentation, specifications, etc. in order for the Government to make a complete 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 their information submitted in the Technical Proposal. The Technical Proposal shall be a formatted line-by-line response to each paragraph, subparagraph, table, diagram, parameter, and specification in the Purchase Description. The technical proposal shall be specific and detailed enough without the need for additional data or clarification after receipt. Line by line responses with respect to the Purchase Description shall allow full evaluation of the equipment being offered. Simple statements of compliance, such as exceeds, meets, or does not meet will be considered non-responsive and the contractor's offer may not be evaluated further for this procurement. Where the technical literature demonstrates that the proposed unit meets the requirement of a specific paragraph of the purchase description you may reference that page and paragraph of the technical literature in your technical proposal in lieu of restating it. As a note to offerors in the preparation and submitting their Technical Proposals, responses to Purchase Description paragraph 2.4, Range of Uncertainty will require uncertainty data obtained on the product being offered that represents a complete error analysis. FAR 52.212-3 with Alternate I, Offeror Representations and Certifications - Commercial Items. An offeror shall complete only paragraphs (b) 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 (c) through (m) 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 52.219-6, Notice of Total Small Business Set-Aside. FAR 52.219-28, Post-Award Small Business Program Representation. FAR 52.222-3, Convict Labor. 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 52.222-36, Affirmative Action for Workers With Disabilities. FAR 52.222-50, Combating Trafficking in Persons. FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. FAR 52.233-3, Protest After Award. FAR 52.233-4, Applicable Law for Breach of Contract Claim. DFAR 252.211-7003, Item Identification and Valuation. DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. DFAR 252.225-7000, Buy American Act--Balance of Payments Program Certificate. DFAR 252.227-7015, Technical Data - Commercial Items. DFAR 252.232-7003, Electronic Submission of payment request. DFAR 252.232-7010, Levies on Contract Payments. 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). This acquisition is contingent upon the availability of funds. 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) unit price for 2 each Chilled Mirror Hygrometers and, if separately priced, unit prices for certificates of calibration and manuals, (3) be FOB Destination, (4) include a delivery schedule and discount/payment terms, (5) include copy of commercial price list, (6) include name of and be signed by an authorized company representative along with telephone number and facsimile number, (7) include taxpayer identification number (TIN), CAGE Code Number and DUNS Number, (8) include a technical proposal that follows the PD line-by-line as instructed above, (9) include a copy of the commercial warranty, (10) include FAR 52.212-3 reps and certs and the offeror is to ensure ORCA and CCR registrations are current. This will be a DO-A7 rated order. Offers are due by 9 March 2009 at 4:00 PM EST to: Bruce Thompson, 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 by email to Bruce.Thompson@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 timely received shall be considered by this agency.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7204435ee2794cb78b2eb3b0fa372e7d&tab=core&_cview=1)
 
Record
SN01755632-W 20090226/090224220347-7204435ee2794cb78b2eb3b0fa372e7d (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.