Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2009 FBO #2715
SOLICITATION NOTICE

66 -- Space Imaging Component and Power Laboratory

Notice Date
5/1/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 1940 Allbrook DriveSuite 3Wright-Patterson AFB, OH
 
ZIP Code
00000
 
Solicitation Number
FA8601-09-T-0032
 
Response Due
5/20/2009
 
Archive Date
6/20/2009
 
Point of Contact
Yvonne Thacker, 937 522-4531<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with Simplified Acquisition Procedures (FAR Part 13) and the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested. Written solicitation will not be issued. Solicitation FA8601-09-T-0032 is the Request for Quote (RFQ) number. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-13. The Air Force Institute of Technology (AFIT/ENY) at Wright-Patterson AFB, Ohio has a requirement to purchase a Space Imaging Component Space Imaging and Power Laboratory. Responding vendors shall include descriptive literature (catalog sheets) with the quotations to allow the government to make a complete evaluation and appraisal of the offering with respect to the requirements set forth in this synopsitation and the salient characteristics of the items offered. See attached Minimum Requirements Document (FEDBIZOPS go to www.pixs.wpafb.af.mil to view the Mini. Specs). THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT PROVIDED WITH THE QUOTE. DELIVERY: Requested estimated delivery as soon possible after order is placed. Please provide an estimated delivery time with the quote. FOB: DESTINATION (DoD Preferred Method). (FAR 52.247-34) Vendor shall deliver the item to AFIT/ENY, 2950 Hobson Way, Wright-Patterson AFB, Ohio 45433. This requirement is 100% set-aside for small business concerns. NAICS Code is 333314. Business Size Standard is 500 employees. Solicitation Provisions and Clauses apply to this acquisition and are hereby incorporated: FAR 52.203-3 Gratuities; FAR 52.203-6 Alt I Restrictions on Subcontractor Sales To The Government; FAR 52.203-11 Certification And Disclosure Regarding Payments To Influence Certain Federal Transactions; FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper; FAR 52.204-6 Data Universal Numbering System (DUNS) Number; FAR 52.204-7 Central Contractor Registration (CCR); FAR 52.209-6 Protesting the Government's Interest when Subcontracting w/Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.212-1 Instructions to Offerors-Commercial supplemented by the above instructions. FAR 52.212-2 Evaluation - Commercial Items, paragraph (a) Evaluation of quotations and subsequent award will be based on a determination of best value to the Government based on technical capability of the items offered to meet the Government requirement and price, with technical capability bein! g approximately equal to price. FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (Contractor shall be registered in Online Representations and Certifications Application (ORCA)). FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (DEVIATION); FAR 52.219-1 Samll Business Program Representation - Alternate I; FAR 52.219-6 Notice Of Total Small Business Set-Aside; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.219-14 Limitations On Subcontracting; FAR 52.219-22 Small Disadvantaged Business Status; FAR 52.219-28 Post-Award Small Business Program Representation; FAR 52.222-3 Convict Labor; FAR 52.222-18 Certification Regarding Knowledge of Child Labor For Listed End Products; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-22 Previou! s Contract and Compliance Reports; FAR 52.222-25 Affirmative Action Compliance; 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; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-18 Place of Manufacture; 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; FAR 52.242-13 Bankruptcy; FAR 52.242.15 Stop Work Order; FAR 52.252-1 Solicitation Provision Incorporated by Reference (Fill-In: http://farsite.hill.af.mil); FAR 52.252-2 Clauses Incorporated by Reference (Fill-In: http://farsite.hill.af.mil! ); FAR 52.252-5 AUTHOZIED DEVIATIONS IN PROVISIONS Fill-in: (48 CFR Chapter 1) Defense Federal Acquisition Regulation (48 CFR Chapter 2); FAR 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES Fill-In: (48 CFR Chapter 1), Fill-in: Defense Federal Acquisition Regulation (48 CFR Chapter 2); DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7003 Control of Government Personnel Work Product. DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7); DFARS 252.204-7006 Billing Instructions; DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; DFARS 252.209-7004 Subcontracting with Firms That Are Owned or Controlled By The Government of a Terrorist Country; DFARS 252.211-7003 Item Identification and Validation (Fill-in: all items with a value over $5000.00); DFARS 252.212-7000 Offeror Representations and Certificat! ions-Commercial Items; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisition of Commercial Items (Deviations); DFARS 252.225-7001 Buy American Act And Balance of Payments Program; DFARS 252.225-7002 Qualifying Country Sources As Subcontractors; DFARS 252.225-7012 Preference For Certain Domestic Commodities; DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.243-7001 Pricing Of Contract Modifications; AFFARS 5352.201-9101 OMSBUDSMAN; AFFARS 5352.223-9001 Health and Safety on Government Installation. If you would like to receive notice of any amendments and/or addendums that may be issued to this synopsitation, you must register below. If you do not register, it is your responsibility to review the web site for any changes to the RFQ. Contract financing will not be provided for this acquisition. Be advised that all correspondence sent via e-mail shall contain a subject line that reads "FA8601-09-T-0032". If this subject line is not included, be advised that the e-mail may not get through the e-mail filters. Also be advised that.zip or.exe files are not allowable attachments and may be deleted by the e-mail filters at Wright-Patterson Air Force Base. If sending attachments via e-mail, ensure only.PDF,.doc, or.xls documents are sent. The e-mail filter may delete any other form of attachments. The e-mail filters at Wright-Patterson Air Force Base are designed to filter e-mails without subject lines or with suspicious subject lines or contents. Contractor shall be registered in CCR (website: http://ccr.gov) and ORCA (website: https://orca.bpn.gov/login.aspx) prior to award. The Government reserves the right to not make an award. NOTICE TO OFFERORS: Any award resulting from this solicitation will include Electronic Submission of Payment Request. Wide Area Workflow-Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing statutory requirements. Use of the basic system is at no cost and the winning offeror shall complete vendor training, which is also available at no cost, at http://www.wawftraining.com. Prior to submitting invoices to the production system, contractors must register for an account at http://wawf.eb.mil/. Interested parties are required to submit their quotes to Mrs. Yvonne Thacker, 88th CONS/PKA, 1940 Allbrook Drive, Suite 3, WPAFB OH 45433-5309, AC937 522-4531 or via e-mail at yvonne.thacker@wpafb.af.mil or by fax to AC937 656-1412 Attn: Yvonne Thacker. No special format or form is required for your information; however, you must include business name, and contact information. ** ALL QUOTES ARE DUE BY 4:00 PM DST 20 MAY 2009. (E-mail is the preferred method for submission of quotes.) For more information on "Space Imaging Component and Power Laboratory", please refer to:https://pixs.wpafb.af.mil/pixs_solicitation.asp?id=6092
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=34ec1de8de8a2d15fd419671bd9860f9&tab=core&_cview=1)
 
Record
SN01807556-W 20090503/090501222725-8ec67237b8f75d24ff01f5ae1d19e22d (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.