Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 31, 2010 FBO #3324
MODIFICATION

66 -- Vacuum Calibration System

Notice Date
12/29/2010
 
Notice Type
Modification/Amendment
 
NAICS
334519 — Other Measuring and Controlling Device 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
FA2263-11-Q-0016
 
Archive Date
12/14/2011
 
Point of Contact
Amy I Poling, Phone: 740-788-5045
 
E-Mail Address
Amy.Poling@afmetcal.af.mil
(Amy.Poling@afmetcal.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This modification extends the closing date for receipt of offers to 13 January 2011 at 4:00 PM EST. All other requirements remain the same. ********************** This is a combined synopsis solicitation no written solicitation will be issued. AFMETCAL at Heath OH intends to award a firm fixed price purchase order under Simplified Acquisition Procedures (SAP) for the purchase of Vacuum Calibration System 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 2005-46 and DAC 91-13 DFARS Change Notice (DCN) 20100927. 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). An award from this solicitation is contingent upon the availability of appropriated funds. The RFQ number is FA2263-11-Q-0016 and shall be referenced on any offer submitted. The North American Industry Classification System (NAICS) code for this acquisition is 334519 and the business size standard is 500 employees. This quotation is being solicited as unrestricted. Offerors are requested to provide pricing for 66 units. It is anticipated that 54 units will be purchased in FY 11, with a FY 12 option for up to 6 units, and FY 13 option for up to 6 units. The best estimate is that a total of 66 units will be ordered, however, there is no guarantee that an option will be exercised. The units must meet the requirements of Purchase Description 11M-777A-VA dated 15 June 2010, with a standard warranty and data in accordance with DD Form 1423. The Purchase Description and requirements for data delivery on the contract data requirements lists are available for download at this site. Please review all documents carefully. Products offered shall be commercially available. Delivery of units shall be a minimum of five (5), maximum of seven (7) each due 120 days after receipt of award notification and continue at a rate of a minimum of five (5) and maximum of seven (7) each due every 30 days thereafter until complete. Accelerated delivery is not permitted unless authorized by the contracting officer. Units will be shipped to Precision Measurement Equipment Laboratories (PMEL) throughout the US. Delivery shall be FOB destination. Contingent upon the availability of funds, delivery of option quantities up to 6 each will be due 30 days after completion of CLIN 0001 or 90 days after exercise of option whichever is later and continue at that rate every 30 days thereafter until all units are delivered. All units delivered will undergo acceptance testing, which will be completed within 45 days after receipt at PMEL locations. Invoices may not be submitted in WAWF until the units have passed acceptance testing. Offerors will be required to provide pricing for a total of 66 units. Please include any quantity break discounts. The current versions of the following clauses apply to this acquisition and are incorporated by reference: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Alternate 1); FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.211-8 Time of Delivery; 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 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 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns; FAR 52.219-8 Utilization of Small Business Concerns (Deviation); FAR 52.219-9 Small Business Subcontracting Plan, with Alternate II; FAR 52.219-16 Liquidated Damages - Subcontracting Plan; 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 52.222-35 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 52.232-18 Availability of Funds; 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; FAR 52.247-34 F.o.b. - Destination; 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 (Deviation); DFAR 252.225-7013 Duty Free Entry; 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; DFAR 252.247-7023 Transportation of Supplies by Sea; AFFAR FAR 5352.201-9101 Ombudsman - When appropriate, potential offerors may contact Ombudsman Kathy B. Cames, 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. 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 subcontracting plan if applicable, (9) be sure to include pricing for option year quantities, the option may be exercised anytime from date of award up through 30 September 2013, (10) include FAR 52.212-3 reps and certs and be sure ORCA and CCR are current. CLINs should be priced as follows: FY 2011 Basic Contract CLIN 0001 Vacuum Calibration System, 54 each CLIN 0002 Data Requirements IAW DD 1423, 58 each FY 2012 Option (1 Oct 2011 to 30 Sept 2012) CLIN 0003 Vacuum Calibration System, 6 each CLIN 0004 Data Requirements, 6 each FY 2013 Option (1 Oct 2012 to 30 Sept 2013) CLIN 0005 Vacuum Calibration System, 6 each CLIN 0006 Data Requirements, 6 each The government reserves the right to incorporate the successful offeror's technical proposal into any contract resulting from this solicitation. This will be a DO-A7 rated order. Offers are due by 13 January 2011 at 4:00 PM EST to: Amy Poling, 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 amy.poling@afmetcal.af.mil. Electronic submissions to amy.poling@afmetcal.af.mil are permissible. However, offerors bare the risk for receipt of submissions being untimely. Offerors shall allow sufficient time for receipt of electronic submissions by the due date and time. 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/FA2263-11-Q-0016/listing.html)
 
Record
SN02351881-W 20101231/101229233708-9bfd9eaa0fce9c98599494024407ca35 (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.