Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2009 FBO #2678
SOLICITATION NOTICE

66 -- Portable Dry Well Temperature Calibrator

Notice Date
3/25/2009
 
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 CBSG OMP (AFMETCAL), 813 Irving Wick Dr. W. Bldg 2, Heath, Ohio, 43056-6116, United States
 
ZIP Code
43056-6116
 
Solicitation Number
FY2333-09-Q-0019
 
Archive Date
10/1/2009
 
Point of Contact
Amy I Poling,, Phone: 740-788-5045
 
E-Mail Address
Amy.Poling@afmetcal.af.mil
 
Small Business Set-Aside
N/A
 
Description
This modificaiton is to extend the closing date for receipt of offers to 4:00PM EST on 3 April 2009. A revised PD is forthcoming and will be posted on this site. All other requirements of this solicitation remain unchanged.************************************************ This is a combined synopsis solicitation no solicitation will be issued. The 562 CBSG (AFMETCAL) at Heath OH intends to award a firm fixed price purchase order under Simplified Acquisition Procedures (SAP) for the purchase of a Portable Dry Well Temperature Calibrator with a three-year extended warranty, technical manuals, and calibration certificate. 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 2005-30 and DAC 91-13 DFARS Change Notice (DCN) 20090115. 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 FY2333-09-Q-0019 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 68 units including warranty and associated data requirements. It is anticipated that 22 units will be purchased in FY09 with a FY10 option for up to 41 units and FY11 option for up to 5 units. The best estimate is that a total of 68 units will be ordered, however, there is no guarantee that an option will be exercised. The units must meet the requirements of Purchase Description 09M-229A-TE, Rev. 1, dated 19 Aug 2008 with a three-year extended warranty and data in accordance with DD 1423 and DiD 1664. The Purchase Description, Warranty Description, and Data Requirements are available for download at this site. Please review all documents carefully. Products offered shall be commercially available. Delivery of the first production quantity of 1 each shall be due 60 days after receipt of award notification and delivery shall continue at a rate of a minimum 4 each maximum 20 each due 120 days after acceptance of the first production unit and continue at this rate every 30 days thereafter until complete. Accelerated delivery is not permitted unless authorized by the contracting officer. The first production unit will be shipped to AFMETCAL in Heath OH. Remaining units will be shipped to Precision Measurement Equipment Laboratories throughout the US. Delivery shall be FOB Destination. Contingent upon the availability of funds, delivery of option quantities up to 20 each will be due after completion of CLIN 0004 Basic Quantity-Production Units or 60 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 unit will begin when the unit is delivered and will be completed within 45 days after receipt at AFMETCAL in Heath OH. Invoices may not be submitted in WAWF until the unit has passed acceptance testing. Offerors will be required to provide pricing for a total of 68 units. Please include any quantity break discounts. The current versions of the following clauses apply to this acquisition and are incorporated by reference: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I; 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 offerors 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, such as exceeds, meets, or does not meet will be considered non-responsive and the offer may not receive further evaluation. 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 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 52.219-8 Utilization of Small Business Concerns; 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 52.222-35 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; FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; 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 252.209-7001 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; 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) 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 purchase description line-by-line, (8) include a statement of compliance with extended 3-year warranty, (9) be sure to include pricing for option year quantities, the option may be exercised anytime from date of award up through 30 Sept 2011, (10) include FAR 52.212-3 reps and certs and be sure ORCA and CCR are current. CLINs should be priced as follows: FY 2009 Basic Contract, First Production Unit CLIN 0001 Portable Dry Well Temperature Calibrator, First Production Unit, 1 each CLIN 0002 Data Requirements in accordance with Forms DD 1423 and DiD 1664 CLIN 0003 Three-year Extended Warranty, 1 each FY 2009 Basic Contract, Production Units CLIN 0004 Portable Dry Well Temperature Calibrator, Production Units, 21 each CLIN 0005 Data Requirements in accordance with Forms DD 1423 and DiD 1664 CLIN 0006 Three-year Extended Warranty, 21 each FY 2010 Option (1 Oct 2009 to 30 Sept 2010) CLIN 0007 Portable Dry Well Temperature Calibrator, Production Units, 0-41 each CLIN 0008 Data Requirements in accordance with Forms DD 1423 and DiD 1664 CLIN 0009 Three-year Extended Warranty, 0-41 each FY 2011 Option (1 Oct 2010 to 30 Sept 2011) CLIN 0010 Portable Dry Well Temperature Calibrator, Production Units, 0-5 each CLIN 0011 Data Requirements in accordance with Forms DD 1423 and DiD 1664 CLIN 0012 Three-year Extended Warranty, 0-5 each This will be a DO-A7 rated order. Offers are due by 3 April 2009 at 4:00 PM EST to: Amy Poling, 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 Amy.Poling@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=011e447c096b9c0d058c624f554b5f3a&tab=core&_cview=1)
 
Record
SN01777319-W 20090327/090325215802-011e447c096b9c0d058c624f554b5f3a (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.