Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2010 FBO #3219
SOLICITATION NOTICE

66 -- Laser flash thermal diffusivity measurement system - Brand Name

Notice Date
9/15/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory 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
F4FBFM0242A001
 
Archive Date
10/5/2010
 
Point of Contact
Jason J. Lo, Phone: 9375224550
 
E-Mail Address
jason.lo@wpafb.af.mil
(jason.lo@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Brand Name Requirements This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. There will be no hard copies distributed. A site visit is not deemed to be necessary. The contractor shall provide purchasing action and complete operational installation of a Flashline Thermal Properties Analyzer equipment, liquid cell accessories and extended warranty from Anter Corporation for AFRL/RXBT Wright-Patterson AFB, OH 45433 IAW the attached list of items. This solicitation, F4FBFM0242A001 is issued as a Brand Name Request for Quote (RFQ) and is being conducted as a Brand Name commercial item procurement using Simplified Acquisition Procedures (FAR Part 13) (See attached Brand Name Requirements). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) FAC 2005-18, effective 30 June 2007 & Class Deviation 2005-0001. The USAF anticipates awarding an Open Market purchase order as a result of the RFQ, but reserves the right to make no award at all if determined to be in the Government's best interest. However, if a vendor elects to provide GSA pricing, their quote must explicitly state so and must provide the applicable GSA Schedule number and must also state exactly how any resultant award should be addressed. It should also be noted that for open market awards, no letters will be issued to authorize non-GSA schedule holders to purchase directly from GSA on the Government's behalf for this acquisition. North American Industry Classification System (NAICS) code is 334516 and the size standard is 500 employees. These instructions prescribe the format of quotes and describe the approach for the development and presentation of quote data. They are designed to ensure the submission of information essential to the understanding and comprehensive validation of quotes. The instructions permit the inclusion of any additional data or information a contractor deems pertinent. Contractors are cautioned to follow the detailed instructions fully and carefully, as the Government intends to make an award based on initial quotes received, without discussions with such offerors. Award will be made on an "ALL-OR-NONE" IAW SUBPART 13.101 (b) (1). The following provisions and clauses apply to this acquisition and are hereby incorporated by reference: FAR 52.212-1, Instructions to Offerors-Commercial Items-(Jan 2006), and any addenda to the provision as listed in this notice, FAR 52.212-4, Contract Terms and Conditions-Commercial Items-(Sep 2005); FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items-(Apr 2006), 252.204-7003, Control of Government Personnel Work Product-(Apr 1992); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items-(Apr 2007) acquisition and are hereby incorporated in full text: FAR 52.252-1 - Solicitation Provisions Incorporated by Reference (Feb 1998) This soliciation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite/hill.af.mil (End of Provision) FAR 52.252-2, Clauses incorporated by Reference-(Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):http://farsite.hill.af.mil IMPORTANT NOTICE TO CONTRACTORS: Any award resulting from this solicitation will include DFARS 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow-Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost, at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. By submission of a quote, the contrator acknowledges the requirement that a prospective awardees and the manufacturers must be registered in Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA) prior to award for solicitations issued after 31 May 1998. For CCR registration, Telephone 888-2423 or 269-961-4725 or website: http://www.bpn.gov/CCR/Scripts/index.html. For ORCA registration, website https://orca.bpn.gov/ The Contracting Officer may be contacted by email at sarah.sharpe@wpafb.af.mil. For routine matters on individual solicitations, please contact 2 Lt Jason Lo at 937-522-4550 or email jason.lo@wpafb.af.mil. All offers are due at 1300 hours Eastern Daylight Savings Time on 20 Sep 2010. The preferred method of receiving quotes is e-mail to Jason Lo at jason.lo@wpafb.af.mil To view the provisions and clauses in full text, visit the web site: http://farsite.hill.af.mil. POC: 2 Lt Jason Lo Phone: 937-522-4550 E-Mail: jason.lo@wpafb.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/F4FBFM0242A001/listing.html)
 
Place of Performance
Address: AFRL/RXBT, 2941 Hobson Way, WPAFB, Ohio, 45433-7750, United States
Zip Code: 45433-7750
 
Record
SN02282295-W 20100917/100915235500-ecd9c77b379fc7d7a88023d78bc2657a (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.