Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2011 FBO #3568
SOLICITATION NOTICE

66 -- Cannon Mini-AV-X Automatic Viscometer System - Attachments

Notice Date
8/30/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-11-T-0265
 
Archive Date
9/27/2011
 
Point of Contact
Kathy Majors, Phone: 9375224515
 
E-Mail Address
kathy.majors@wpafb.af.mil
(kathy.majors@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Brand Name Justification This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number FA8601-11-T-0265 is issued as a Request for Quotations (RFQ) and is conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). THIS IS A BRAND NAME REQUIREMENT. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular, Number 2005-53, Effective, 4 August 2011. The associated North American Industry Classification System (NAICS) code is 334516. Size standard is 500 employees. This RFQ has five line items: 0001 Cannon mini AV-X Automatic Viscometer 115V (Ten Position) to include QTY 1 each: Viscometer Tube, Silicone Bath Fluid, Dozen miniAV Sample Vials, Set of Calibration Standards, ViscPro Software, Dual Solvent, and Digital Thermometer. 0002 Multi-Unit Interface Kit, 115V (for connecting multiple units) 0003 Glass Vial (lot of 144) 0004 Installation and Training 0005 Dell Optiplex Comp System **ALL QUOTES SHALL CONTAIN SHIPPING CHARGES AS FOB DESTINATION** DESCRIPTION OF REQUIREMENTS: Compact bench-top automatic viscometer that provides automatic kinematic viscosity testing within parameters specified by ASTM D445/446 and ISO 3104/3105. Required characteristics/functions are as follows: Low volume sample and solvent requirements, a 100-fold tube ranges for kinematic viscosities up to 5000 cSt, temperature range of 20-100 degrees C, minimum 10 position sample carousel, computer controlled, a cleaning and drying cycle, ability to report kinematic viscosity directly and to determine viscosity index in less than 5 minutes. NOTE: This is a Brand Name Requirement. See Attachment 1 for Brand Name Justification. Contractor shall furnish all necessary personnel, facilities, materials and services to fabricate and deliver the item listed above. Quotations shall be accompanied by a completed FAR 52.212-3, Representations and Certifications (August 2009) (attachment 2), and adhere to FAR 52.212-1, Instructions to Offerors - Commercial (June 2008). The Government's preferred method for Representations and Certifications is electronic which can be accomplished by registering in ORCA at https://orca.bpn.gov and completing the on-line Representations and Certifications. By submitting a quote, the offeror acknowledges the requirement that potential awardees must be registered in the Central Contractor Registration (CCR) prior to award which can be accomplished at https://www.bpn.gov/ccr/default.aspx. Contract financing is NOT provided for this acquisition. Quotation must identify payment terms as Net 30. The Government intends to award one firm fixed price (FFP) purchase order resulting from this solicitation to the responsible offeror(s) whose quote is the lowest price technically acceptable. The Government intends to award without discussions and the Government reserves the right not to make an award at all. Quotations may be in any format but must include requirements found in the Instructions to Offerors, including: proposing company's name, address and phone; point of contact's name, phone, and email; quotation date; quotation number; total price; identify any discounts; how long the quote is valid (minimum of 60 days); lead time after receipt of order; and warranty information. Quoted price shall be FOB DESTINATION. Delivery location is 15251 Scrub Jay Street, Building 54800, Cape Canaveral AFS FL 32920. Quotations MUST contain a complete description of item offered to clearly show item meets or exceeds the requirements listed in the Brand Name Justification as addressed in Attachment 1 (Brand Name Justification) hereto. A general overview, general comparison, or statement such as "able to provide the requirements" or "meets or exceeds minimum requirements" is unacceptable and will not be evaluated for potential acceptance. The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: 52.212-1, Instructions to Offerors (June 2008) [subparagraph (c) is changed to 60 days and subparagraph (e) is deleted and marked as reserved]; 52.212-2, Evaluation Factors (Jan 1999) [The evaluation factors for the fill-in portion of this provision will be handled in accordance with FAR 13.106-1 and 13.106-2. Evaluation criteria will be technical and price. Technical criteria will be pass or fail. Quote must clearly show that item offered meets all requirements included in the Brand Name Justification (Attachment 1) attached to this Request for Quotation.] Technical capability is approximately equal to price in the evaluation of the quotation. Award will be based on the best value to the Government. 52.212-3, Contractor Representations and Certifications (Aug 2009) (Full-text copy - attachment 2 to this RFQ); 52.222-22, Previous Contracts and Compliance Reports (Feb 1999); 52.222-25, Affirmative Action Compliance (Apr 1984); 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) (the fill in portion of this clause is: http://farsite.hill.af.mil or http://www.arnet.gov/far); The following Federal Acquisition Regulation clauses, either by reference or full text, apply to this acquisition: 52.211-6, Brand Name or Equal (Aug 1999); 52.212-4 Contract Terms and Conditions - Commercial Items (Mar 2009); 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Sep 2009) (The clauses that are check marked as being applicable to this purchase are: - 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010); - 52.219-28 Post Award Small Business Program Representation (Apr 2009); - 52.222-3 Convict Labor (June 2003); - 52.222-19 Child Labor Cooperation with Authorities and Remedies (Aug 2009); - 52.222-21 Prohibition of Segregated Facilities (Feb 1999); - 52.222-26 Equal Opportunity (Mar 2007); - 52.222-36 Affirmative Action for Workers with Disabilities (June 1998); - 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011); - 52.225-13, Restrictions on Certain Foreign Purchases (Jan 2008); and - 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003) [end fill in for 52.212-5]; 52.247-34 FOB Destination (Nov 1991); and 52.252-2 Clauses Incorporated by Reference (Feb 1998) (the fill in portion of this clause is: http://farsite.hill.af.mil or http://www.arnet.gov/far). The following DFARS Clauses, either by reference or full text, apply to this acquisition: 252.204-7003 Control of Government Personnel Work Product (Apr 1992); 252.204-7004 (Alt), Required Central Contractor Registration (Sep 2007); 252.211-7003, Item Identification and Valuation (Aug 2008) (fill-in portion will be provided at the time of award); 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items (Jul 2009): [The clauses that are check marked as being applicable to this purchase are: - 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Jan 2009) - 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program (Jul 2009) with Alt I; - 252.232-7003, Electronic Submission of Payment Requests (Mar 2008); and - 252.247-7023, Transportation of Supplies by Sea (May 2002) with Alt III [end fill in for 252.212-7001]; 252.225-7002, Qualifying Country Sources as Subcontractor (Apr 2003); 252.232-7010, Levies on Contract Payments (Dec 2006). The following AFFARS Clauses, either by reference or full text, apply to this acquisition: 5352.201-9201, Ombudsman (Aug 2005). [The fill in portion of this clause is: Center/MAJCOM ombudsmen: Mr. Howard E. Marks, Jr., ASC/AQH, 1755 Eleventh Street, B570, Room 101, Wright-Patterson AFB OH 45433-7404, Telephone: 937-255-8642, Email: howard.marks@wpafb.af.mil.] [end fill in for 5352.201-9201]. The following local clauses will be included in subsequent award. Full text versions are available upon request: ASC/PKO WAWF Electronic Invoicing Instructions; and Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. Attachments to the announcement: 1. Brand Name Justification (which includes minimum requirements) 2. FAR 52.212-3, Representations and Certifications - August 2009 (Return with quotation) Quotations AND completed representations and certifications, if not available in ORCA, are due by 11:00 am Eastern on Wednesday, 12 Sep 11, to: Kathy Majors, ASC/PKOBB Fax: 937-656-1412 (ATTN: Kathy Majors) E-mail: Kathy.Majors@wpafb.af.mil Mailing Address: ATTN: Kathy Majors ASC/PKOBB 1940 Allbrook Drive, Suite 3 Wright-Patterson AFB OH 45433 Questions should be directed to Kathy Majors at Kathy.Majors@wpafb.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-11-T-0265/listing.html)
 
Place of Performance
Address: Wright-Patterson AFB, Dayton, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02556265-W 20110901/110831000735-191ac30e12e880822bc3899867674090 (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.