Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2010 FBO #3014
SOLICITATION NOTICE

66 -- Chromaticity Reference Filter Set - Purchase Description, Data Requirements, and Offeror's Proposal Checklist

Notice Date
2/22/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
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
FA2263-10-Q-0002
 
Archive Date
12/31/2010
 
Point of Contact
Tom Carson, Phone: 740-788-5049, Becky A Smith, Phone: 740-788-5044
 
E-Mail Address
tom.carson@afmetcal.af.mil, rebecca.smith@afmetcal.af.mil
(tom.carson@afmetcal.af.mil, rebecca.smith@afmetcal.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Offeror's Proposal Checklist DD Form 1423 and Data Item Descritpions Purchase Description Attachment Purchase Description 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 (SAP) for the purchase of Chromaticity Reference Filter Sets with standard warranty and technical manuals. 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 2005-38 and DAC 91-13 DFARS Change Notice (DCN) 20100120. 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 FA2263-10-Q-0002 and shall be referenced on any offer submitted. The North American Industry Classification System (NAICS) code for this acquisition is 334516 and the business size standard is 500 employees. This quotation is being solicited as unrestricted. Offerors are requested to provide pricing for 10 sets. The sets must meet the requirements of Purchase Description 10E-106A-PH dated 6 August 2009 and data in accordance with DD 1423 and Data Item Descriptions. The Purchase Description and requirements for data delivery on the contract data requirements list are available for download at this site. Products offered shall be commercially available. Delivery of 1 copy of the required manuals shall be due no later than 30 days after contract award. Delivery of a minimum of 1 maximum of 5 sets shall be due 90 days after receipt of award notification and continue at that rate every 30 days thereafter until complete. Accelerated delivery is not permitted unless authorized by the contracting officer. The sets will be shipped to AFMETCAL in Heath, Ohio. Delivery shall be FOB destination. Acceptance testing is required and will be completed within 45 days after receipt at AFMETCAL. The use of Wide Area Workflow (WAWF) billing system is required. 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. 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, 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 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 (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 52.219-9 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; 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 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veteran; DFAR 252.225-7000 Buy American Act 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 252.227-7015 Technical Data - Commercial Items; DFAR 252.232-7003 Electronic Submission of payment request; 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 Crystal Hollifield, WR-ALC/PKC at 478-222-1088 or by facsimile at 478-222-1121. To view provisions and clauses in full text see website (http://farsite.hill.af.mil). 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 PD line-by-line, (8) include a copy of your standard 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: FY 2010 Basic Contract, Production Unit CLIN 0001 Chromaticity Reference Filter Set, Production Units, 10 each CLIN 0002 Data Requirements This will be a DO-A7 rated order. Offers are due by 4 March 2010 at 4:00 PM EST to: Tom Carson, 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 Tom.Carson@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
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFMETCAL/FA2263-10-Q-0002/listing.html)
 
Place of Performance
Address: 813 Irving Wick Drive W. Bldg. 2, Heath, Ohio, 43056-1199, United States
Zip Code: 43056-1199
 
Record
SN02071210-W 20100224/100222235854-940d897aade23da6053eaccb34203375 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.