Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 05, 2010 FBO #3084
SOLICITATION NOTICE

16 -- FLOWMETERS

Notice Date
5/3/2010
 
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, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
F1S0AE0036B002-001
 
Archive Date
5/28/2010
 
Point of Contact
Kimberly Rabatin, Phone: 661-277-7707
 
E-Mail Address
kim.rabatin@edwards.af.mil
(kim.rabatin@edwards.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is an amended combined synopsis/solicitation for commercial items prepared in accordance with 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 and a written solicitation will not be issued. The solicitation is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38 and Defense Federal Acquisition Circular change notice (DCN) 20100301. This acquisition is being procured as BRAND NAME OR EQUAL as a 100% small business set-aside; and the associated NAICS code is 334513 with a small business size standard of 500. Clause 52.211-6 Brand Name or Equal 52.211-6 -- Brand Name or Equal Brand Name or Equal (Aug 1999) Items in this solicitation are identified as “brand name or equal”, the purchase description reflects the characteristics and level of quality that will satisfy the Government’s needs. The salient physical, functional or performance characteristics that “equal” products must meet are specified in the solicitation. To be considered for award, offers of “equal” products, including “equal” products of the brand name manufacturer, must (1) meet the salient physical, functional, or performance characteristic specified in this solicitation: (2) Clearly identify the item by— (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate “equal” products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an “equal” product, the offeror shall provide the brand name product referenced in the solicitation. Contract Line Item number 1, is changed from Exact Flow Extended Range Turbine Flowmeter, Part Number EFM08ER-L-4-AN-A-2 to Part Number EFM08DR-L-4-AN-B-2/4 (CAL 2B2) EXACT FLOW DUAL ROTOR TURBINE FLOWMETER, is changed from 18 each to 13 each; and Contract Line Item number 2, is changed from Channel Signal Conditioner, 10 Ohm Power 10-32 VDC and PCM Decommunator comes with differential I/O Cable, Part Number EF21514-004 to Part Number EF3575-003 COMPUTER IFC15BBAP ESD PROTECTION W/FIRMWARE REV G, is changed from 5 each to 13 each. Program for EFM08 flowmeters. Data Packet/calibration reports 13 each. Description for Exact Flow Dual Rotor Turbine Flowmeter-The ExactT Dual-rotor (DR) design extends the turbine flowmeter’s lower flow range far below traditional single rotor designs by overcoming the drag and torsional forces on the rotor. The dual rotors become hydraulically coupled, due to their counter-rotational direction. The angular flow path, onto the second rotor, overcomes the inertia due to its perpendicular force on the helical blades. Three major physical benefits result from dual-rotor technology: 1. The ability to monitor the integrity of the bearing by looking at the frequency ratios of both rotors. 2. The dual rotor significantly reduces flow swirl effects, eliminating the need for flow straighteners. 3. Developing of multiple viscosity calibrations or UVC plots blend over a wider flow range, yielding 60:1 usable flow ranges. About the technology: Turbine flow meters have traditionally had a repeatable flow range of approximately 100:1 and a maximum linear flow range of 30:1. These turndown numbers have always been a result of the single-rotor turbine meter becoming affected by blade drag at lower flow rates. This blade drag causes the turbine blade to stop spinning due to its inability to overcome the torsional forces at work. Exact flow’s patented dual-rotor turbine design extends the lower flow range far below what has been possible before. As fluid passes through the meter, the dual rotors become hydraulically coupled due to their counter-rotation. This allows the rotors to overcome the inertia and drag that affects all single-rotor turbine flow meters. Exact Flow dual-rotor turbine flowmeters have an incredible repeatable flow range of up to as much as 500:1 and a UVC turndown range of 60:1. This allows the user to deploy fewer flow meters to cover a wide range of flow. This lowers the initial purchase cost as well as simplifying system integration and future maintenance. Delivery shall be twelve (12 WARO) to fourteen (14 WARO) weeks after receipt of offer. Delivery and acceptance is ATTN: Al DeCarlo/KHOI LE, 307 East Popson Ave, BLDG 1400, RM 413, Edwards Air Force Base, CA 93524. Freight on Board ( FOB) is Destination. If shipping is applicable, please include as a separate line item because FOB must remain destination. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and any addenda to the provision. The provision at 52.212-2, Evaluation -- Commercial Items, is being used, and the specific evaluation criteria to be included in paragraph (a) of that provision is provided. 52.212-2 -- Evaluation -- Commercial Items. As prescribed in 12.301(c), Evaluation -- Commercial Items (Jan 1999) (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: Technical capability of the item offered to meet the Government requirement Technically Acceptable Lowest Price Small business participation (veteran-owned small business, service- disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business) __________________________________________ (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors should include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition, and any addenda to the clause. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition, and the additional FAR clauses cited in the clause are applicable to the acquisition. 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. As prescribed in 12.301(b)(4), insert the following clause: Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Feb 2010)(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: ___ (5) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a). ___ (6) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jul 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a). ___ (8) (i) 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644). ___ (14) (i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Oct 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). ___ (ii) Alternate I (June 2003) of 52.219-23. ___ (20) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126). ___ (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). ___ (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). ___ (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). ___ (30) 52.225-1, Buy American Act--Supplies (Feb 2009) (41 U.S.C. 10a-10d). ___ (31) (i) 52.225-3, Buy American Act –Free Trade Agreements – Israeli Trade Act (Jun 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-301, 109-53, 109-169, 109-283, and 110-138). ___ (ii) Alternate I (Jan 2004) of 52.225-3. ___ (33) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ___ (38) 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: (d) Comptroller General Examination of Record The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor’s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause— (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Dec 2008) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (vii) [Reserved] (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.) (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jan 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) Contractors must comply with DFARS CLAUSE 252.204-7004 Alternate A, Central Contractor Registration 252.204-7004 Alternate A, Central Contractor Registration. ALTERNATE A, CENTRAL CONTRACTOR REGISTRATION (SEP 2007) As prescribed in 204.1104, substitute the following paragraph (a) for paragraph (a) of the clause at FAR 52.204-7: (a) Definitions. As used in this clause-- “Central Contractor Registration (CCR) database” means the primary Government repository for contractor information required for the conduct of business with the Government. “Commercial and Government Entity (CAGE) code” means— (1) A code assigned by the Defense Logistics Information Service (DLIS) to identify a commercial or Government entity; or (2) A code assigned by a member of the North Atlantic Treaty Organization that DLIS records and maintains in the CAGE master file. This type of code is known as an “NCAGE code.” “Data Universal Numbering System (DUNS) number” means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. “Data Universal Numbering System +4 (DUNS+4) number” means the DUNS number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see Subpart 32.11 of the Federal Acquisition Regulation) for the same parent concern. “Registered in the CCR database” means that— (1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the CCR database; (2) The Contractor’s CAGE code is in the CCR database; and (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service, and has marked the records “Active.” The Contractor will be required to provide consent for TIN validation to the Government as part of the CCR registration process. Interested Contractors can access this Clause by Internet URL: http://farsite.hill.af.mil Registering for CCR can be accessed at URL: https://www.ccr.gov Online Representations and Certifications (ORCA) can be accessed at http://orca.bpn.gov The following DFARs Clauses apply to this acquisition: 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (Nov 2009) 252.225-7001 Buy American Act and Balance of Payments Program. 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program. (Jul 2009) 5352.201-9101 Ombudsman. As prescribed in 5301.9103, insert the following clause: OMBUDSMAN (AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, [Director of Contracting, 5 South Wolfe Ave Edwards, CA, 661-277-2006, [wayne.patterson@edwards.af.mil ]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) Offers are due at the Air Force Flight Test Center, Directorate of Contracting 5 South Wolfe Ave, Edwards Air Force Base, CA 93524, No later than Close of Business (COB) 13 MAY 2010. Primary Point of Contact is Kim Rabatin (kim.rabatin@edwards.af.mil ) C: 661-277-7707, regarding the solicitation. All responsible sources may submit a quotation which shall be considered by the agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/F1S0AE0036B002-001/listing.html)
 
Place of Performance
Address: Offers are due at the Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Ave, Edwards Air Force Base, CA 93524, No later than Close of Business (COB) 13 MAY 2010. Primary Point of Contact is Kim Rabatin (kim.rabatin@edwards.af.mil ) C: 661-277-7707, regarding the solicitation. All responsible sources may submit a quotation which shall be considered by the agency., EDWARDS, California, 93505, United States
Zip Code: 93505
 
Record
SN02138193-W 20100505/100503234307-2d9b00d3228c47b64431eae8dbadb4c5 (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.