Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2010 FBO #3022
SOLICITATION NOTICE

66 -- Laser Tracker System - Requirement Attachments / Initial Notification

Notice Date
3/2/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
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-0016
 
Archive Date
10/31/2010
 
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
(Bruce.Thompson@afmetcal.af.mil, Amy.Poling@afmetcal.af.mil)
 
Small Business Set-Aside
N/A
 
Description
5 Year Warranty Requirement Data Requirements Purchase Description 10M-204A-DI dated 26 Feb 2010 This is a combined synopsis solicitation (CSS) no separate solicitation will be issued. AFMETCAL 562 CBSG OMP, Heath OH intends to award a firm fixed price purchase order under Simplified Acquisition Procedures for the purchase of a high accuracy Laser Tracker System with a five (5) year warranty* and specified data requirements for manuals, software, and certificate of calibration. This requirement shall also include on-site installation, training and delivery FOB destination. This document and attached documents are the Government requirements and are available for download at this website, Federal Business Opportunities, by the reference number FA2263-10-Q-0016. This CSS is for a commercial item 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 2005-38 and DAC 91-13 DFARS Change Notice (DCN) 20100224. 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 website for the release of amendments (if any). The RFQ number is FA2263-10-Q-0016 and shall be referenced on any offer submitted. The North American Industry Classification System (NAICS) code is 334513 and the small business size standard is 500 employees. This announcement is being solicited as unrestricted with full and open competition. Items offered shall be commercially available and deliveries shall be FOB destination. The Laser Tracker System shall be IAW Purchase Description 10M-204A-DI Rev 1 dated 26 February 2010; Data Requirements IAW DD Forms 1423-2 and associated Data Item Descriptions; and five (5) year warranty IAW "Warranty Description" AFMETCAL/ML-05 dated 11 Aug 2008. The Purchase Description, Data Requirements and Warranty Description are attached and available for download at this website. Offerors are to provide unit pricing for one (1) each, Laser Tracking System; and if separately priced, pricing for the Data Requirements, five (5) year warranty*, on-site installation and training session. *Offerors, for the purpose of Government evaluation of the five year warranty requirement, shall also provide a copy and unit pricing, if any, of the manufacturer's commercial warranty. The Government will evaluate the price of the five year warranty requirement compared to the commercial warranty to determine if a five year warranty is in the best interest of the Government. The technically acceptable offers shall be evaluated by the total offered price with a five year warranty and by the total offered price with only the manufacturer's commercial warranty; and the Government reserves the right to determine which warranty shall be incorporated into the resulting award. Delivery and performance schedule is as follows. The initial delivery of Data Requirements is one (1) copy of the commercial manual or manuals shall be due 30 days after date of contract (ADC). The remainder of the Data Requirements shall be delivered with the Laser Tracker System. 60 days ADC, the successful offeror shall coordinate with AFMETCAL and schedule the date for the on-site installation and training of the Laser Tracker System. The Laser Tracker System shall be due 90 days ADC. Government Inspection and Acceptance Testing is required and is performed by the Air Force Primary Standards Laboratory (AFPSL) on a pass or fail basis. Inspection and Testing will be completed within 45 days after the completion of system installation and training. Upon passing inspection and testing the system will be approved for acceptance. Successful offeror shall have and maintain three (3) functional modes of communication for two- way voice and electronic messaging with AFMETCAL. The modes of communication shall be fully operable and available on a 24 hour basis for the performance and administration of the resulting award. The three (3) modes of two-way communication shall be email, telephone and facsimile. All offerors shall provide active email addresses, telephone numbers, and at least one facsimile number; and include the appropriate names as points of contact accordingly. The successful offeror shall utilize the Wide Area Work Flow (WAWF) website to document deliveries and to receive payments. Instructions for submitting Receiving Reports for deliveries and Invoices for payments in WAWF will be attached to the resulting award. The current versions of the following provisions and 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 52.212-1 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 items. 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 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 Veteran; 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 and Receiving Reports; 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) - When appropriate, potential offerors may contact Ombudsman Crystal Hollifield, WR-ALC/PKC, Phone 478-222-1088, fax 478-222-1121. 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 discussion 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 items described in the Purchase Description and IAW this combined synopsis solicitation and attached documents, (2) include the offeror's unit pricing for the 1 each Laser Tracking System and, if separately priced, unit prices for the five (5) year warranty, the manufacturer's commercial warranty, data requirements, on-site installation, and on-site training. (3) be offered FOB Destination, (4) include a statement of compliance with the 5-year warranty requirement, "Warranty Description" AFMETCAL/ML-05 dated 11 Aug 2008 (5) include a copy of the commercial warranty, (6) include a delivery schedule and discount/payment terms, (7) include a copy of offeror's current commercial price list, (8) include the name of and be signed by an authorized company representative along with the telephone number and facsimile number of the signee, (9) include offeror's listing of three (3) fully functional modes of two-way communication that shall be operable on a 24 hour basis for the duration of resulting award. Listing shall include the appropriate names for points of contact for an email address, a telephone number and a facsimile number, (10) include taxpayer identification number (TIN), CAGE Code Number and DUNS Number, (11) include a technical proposal that follows the PD line-by-line as instructed above, (12) include FAR 52.212-3 reps and certs and offerors are to ensure ORCA and CCR registrations are current. This will be a DO-A7 rated order. Offers are due by 17 March 2010 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 and shall be followed-up by 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
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFMETCAL/FA2263-10-Q-0016/listing.html)
 
Record
SN02081052-W 20100304/100302235605-aae2ce88624caa97d34fbb5cd02fa71d (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.