Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2010 FBO #3193
SOLICITATION NOTICE

66 -- Primary Gas Flow Calibrator Cell - Purchase Description, DD Form 1423 and Data Item Descriptions

Notice Date
8/20/2010
 
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-0027
 
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
DD Form 1423 and Data Item Descriptions (DID) Purchase Description Attachment Data Requirements Purchase Description This is a combined synopsis solicitation no written solicitation will be issued. AFMETCAL WR-ALC/ENHRP at Heath OH intends to solicit and award a sole source firm fixed price purchase order under Simplified Acquisition Procedures (SAP) for the purchase of PGFC-C Gas Flow Calibrator Cell to V-F Controls, 8619 Tyler Blvd., Mentor, OH 44060. V-F Controls is a distributor of Bios International who manufactures the ML-800 Primary Gas Flow Calibrator. The PGFC-C is a flow cell unique to Bios International and is therefore the only supplier that can offer an item that could meet the requirements. 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 2005-43 and DAC 91-13 DFARS Change Notice (DCN) 20100810. This announcement constitutes the only solicitation. 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-0027 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. The sole source requirement will provide for the PGFC-C Primary Gas Flow Calibrator Cell in accordance with Purchase Description 10M-248A-FL, dated 9 July 2010. The purchase description and data requirements are available for download at this site. Delivery shall be 30 days after date of award. Item is for delivery to AFMETCAL in Heath Ohio. Acceptance testing is required and will be completed within 45 days after receipt at AFMETCAL. 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. Award will be made to the responsible technically acceptable offeror who conforms to all of the solicitation requirements and has the lowest evaluated 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 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 52.219-28 Post-Award Small Business Program Rerepresentation; 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 52.222-50 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 252.211-7003 Item Identification and Valuation; DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFAR 252.225-7000 Buy American Act - Balance of Payments Program 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); AFFAR FAR 5352.201-9101 Ombudsman (AFMC) - When appropriate, potential offerors may contact Ombudsman Crystal Hollifield, WR-ALC/PKC at Phone 478-222-1088, Fax 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. Offeror's shall provide with their quotation, a copy of their commercial descriptive literature, brochures, and/or adequate information to determine that the proposed items meet the requirements of the Government. Technical evaluation and approval by AFMETCAL is required before award will be made. Submit your best offer as award may be made on initial offers without discussions. 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 commercial 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. Supplies or services are available from only one responsible source, no other type of supply or service will satisfy agency requirements. Interested persons may identify their interest and capability to meet the requirement. This notice of intent is not a request for competitive proposals. Offers are due by 26 August 2010 at 4:00 PM EST to: Tom Carson, WR-ALC/ENHRP (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. If no written response is received by 26 August 2010, to the effect that comparable items/services are available that meet the Government's requirements, and that it is more advantageous to the Government than obtaining these items/services through a sole source procurement with V-F Controls, a sole source award will be made. 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-0027/listing.html)
 
Place of Performance
Address: 813 Irving Wick Drive West Bldg. 2, Heath, Ohio, 43056-1199, United States
Zip Code: 43056-1199
 
Record
SN02249727-W 20100822/100821000009-5016485075094015b5b6c58885006798 (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.