Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2009 FBO #2806
SOLICITATION NOTICE

66 -- FAST STEERING MIRROR - Attachment 2 - Attachment 3 - Attachment 1

Notice Date
7/31/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 88 CONS/PK, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-09-T-0067
 
Archive Date
9/4/2009
 
Point of Contact
Shelley L Deardorff, Phone: 937-522-4524
 
E-Mail Address
shelley.deardorff@wpafb.af.mil
(shelley.deardorff@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 1, Reps and Certs Attachment 3, Minimum Requirements Attachment 2, Instructions to Offerors This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is FA8601-09-T-0067 issued as a Request for Quotations (RFQ) and is conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33, 15 July 2009. This acquisition is FULL AND OPEN COMPETITION, competition is unrestricted and all potential sources capable of providing the minimum requirements are eligible to submit a quotation. The associated North American Industry Classification System (NAICS) code is 334511. Size standard is 750 employees. This RFQ has one line item: 1 each - FAST STEERING MIRROR AND ASSOCIATED ELECTRONICS System Contractor shall furnish all necessary personnel, facilities, materials and services to fabricate and deliver the items listed above. Minimum Requirements are attached to this announcement. Quotations shall be accompanied by a completed FAR 52.212-3, Representations and Certifications (July 2009), and adhere to FAR 52.212-1, Instructions to Offerors - Commercial (June 2008), which are attached to this announcement. Contract financing is NOT provided for this acquisition. Quotation must identify payment terms as Net 30. The Government intends to award one firm fixed price (FFP) purchase order resulting from this solicitation to the responsible offeror(s) whose quote is the lowest price technically acceptable. The Government intends to award without discussions and the Government reserves the right not to make an award at all. By submitting a quote, the offeror acknowledges the requirement that a potential awardee must be registered in the Central Contractor Registration (CCR) prior to award. (www.ccr.gov) Quotations may be in any format but must include requirements found in the attached Instructions to Offerors, including: proposing company's name, address and phone; point of contact's name, phone, and email; quotation date; quotation number; total price; identify any discounts; how long the quote is valid (minimum of 60 days); lead time after receipt of order; and warranty information. Quoted price shall be FOB destination. Delivery location is Wright-Patterson Air Force Base, Ohio Quotations MUST contain a complete description of item offered to clearly show item meets or exceeds all requirements listed in the Minimum Requirements, attachment 3, hereto. Quotation shall provide a point-by-point comparison to each item listed in the minimum requirements. A general overview, general comparison, or statement such as "able to provide the requirements" or "meets or exceeds minimum requirements" is unacceptable and will not be evaluated for potential acceptance. The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: 52.204-6, Data Universal Numbering System (DUNS) Number 52.212-1, Instructions to Offerors [subparagraph (c) is changed to 60 days and subparagraph (e) is deleted and marked as reserved]; 52.212-2, Evaluation Factors [The evaluation factors for the fill-in portion of this provision will be handled in accordance with FAR 13.106-1 and 13.106-2. Evaluation criteria will be technical and price. Technical criteria will be pass or fail. Quote must clearly show that item offered meets all requirements included in the Minimum Requirements attached to this Request for Quotation.] Technical capability is approximately equal to price in the evaluation of the quotation. Award will be based on the best value to the Government. 52.212-3, Contractor Representations and Certifications; 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products 52.222-22, Previous Contracts and Compliance Reports (Feb 1999); 52.222-25, Affirmative Action Compliance; 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-5, Authorized Deviations in Provisions The following DFARS Provisions, either by reference or full text, apply to this acquisition: 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country 252-212-7000, Offeror Representations and Certifications - Commercial Items; The following Federal Acquisition Regulation clauses, either by reference or full text, apply to this acquisition: 52.202-1, Definitions, 52.204-4, Printed or Copied Double-Sided on Recycled Paper; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (The clauses that are check marked as being applicable to this purchase are: - 52.203-6 Alt 1, Restrictions on Subcontractor Sales to the Government -52.222-3 Convict Labor; - 52.222-19 Child Labor Cooperation with Authorities and Remedies; - 52.222-21 Prohibition of Segregated Facilities; - 52.222-26 Equal Opportunity; - 52.222-35 Equal Opportunity for Special Disabled Veterans; - 52.222-36 Affirmative Action for Workers with Disabilities; - 52.222-37 Employment Reports on Special Disable Veterans; - 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; - 52.225-13,Restrictions on Certain Foreign Purchases; and - 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration] [end fill in for 52.212-5]; 52.242-13, Bankruptcy; 52.247-34 FOB Destination; 52.252-2 Clauses Incorporated by Reference (the fill in portion of this clause is: http://farsite.hill/af/mil or http://www.arnet.gov/far); and The following DFARS Clauses, either by reference or full text, apply to this acquisition: 252.204-7003 Control of Government Personnel Work Product; 252.204-7004 (Alt), Required Central Contractor Registration 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country; 252.211-7003, Item Identification and Valuation; 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items: [The clauses that are check marked as being applicable to this purchase are: - 52.203-3, Gratituties -252.225-7001, Buy American Act and Balance of Payments - 252.225-7012, Preference for Certain Domestic Commodities; - 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program - - 252.232-7003, Electronic Submission of Payment Requests; and - 252.243-7002, Requests for Equitable Adjustments; - 252.247-7023, Transportation of Supplies by Sea [end fill in for 252.212-7001]; 252.225-7002, Qualifying Country Sources as Subcontractor ; 252.243-7001, Pricing of Contract Modifications; The following AFFARS Clauses, either by reference or full text, apply to this acquisition: 5352.201-9201. Ombudsman [The fill in portion of this clause is: Center/MAJCOM ombudsmen: Mr. Howard E. Marks, Jr., ASC/AQH, 1755 Eleventh Street, B570, Room 101, Wright-Patterson AFB OH 45433-7404, Telephone: 937-255-8642, Email: howard.marks@wpafb.af.mil.] [end fill in for 5352.201-9201]. Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. Attachments to the announcement: 1. FAR 52.212-3, Representations and Certifications - July 2009 (Return with quotation) 2. FAR 52.212-1, Instructions to Offerors 3. Minimum Requirements Quotations AND completed representations and certifications are due by 4:00pm, Thursday, 20 August 2009 to: Shelley Deardorff, 88 CONS/PKBB. Fax is 937-257-3926 (ATTN: Shelley Deardorff). E-mail is: Shelley.Deardorff@wpafb.af.mil. Mailing Address: ATTN: Shelley Deardorff 88 CONS/PKBB 1940 Allbrook Drive, Suite 3 Wright-Patterson AFB OH 45433 Questions should be directed to Shelley Deardorff at Phone 937-522-4525.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-09-T-0067/listing.html)
 
Record
SN01895159-W 20090802/090801000106-f61b99a5db935f6a00bbf10d0cd37ecc (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.