Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 02, 2011 FBO #3660
SOLICITATION NOTICE

66 -- 8ft Controllable Sliding Track - Attachment 1

Notice Date
11/30/2011
 
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
FA8601-12-T-0056
 
Archive Date
12/27/2011
 
Point of Contact
Alycia K. Armbruster, Phone: 9375224601
 
E-Mail Address
alycia.armbruster@wpafb.af.mil
(alycia.armbruster@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Offeror Representations and Certifications This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format in FAR 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. Solicitation FA8601-12-T-0056 is issued as a Request for Quotations (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-54, 02 Nov 11. The associated North American Industry Classification System (NAICS) code is 334516. Size standard is 500 employees. This RFQ has one line item: 8ft Controllable Sliding Track with a 6ft stroke to serve as a moving platform for receiver and/or transmitter antennas, or to simulate moving radar targets. SALIENT CHARACTERISTICS AND SPECIFICATIONS: -Mounting: Horizontal -System Load: 112N (25 Lbs) -Stroke: 1829mm (6ft) -Length: 2430mm (8ft) -Speed:.010m/s (estimated) -Duty Cycles: 1 cycle / 5 min (estimated) -Number of Cycles: 120,000 cyc (8hrs/day x 5 days/wk x 50 wks/yr x 5 yrs) est. -Lifetime: 480Km (estimated) -Application: Moving Antenna -Type: E55-2000-M12 Uniline Actuator -Unit Length: 2416 mm (7.93 ft) -Stroke: 2000 mm (6.5ft) -Pulley Bore: 12 mm (with keyway) -Load Capacity: 1,500 N (337 Lbs) Co axial load 25.5 Nm (19 in.lbs) moment in the My direction -Lifetime: 101 km (Estimated) - Motor/Encoder Vibration suppression function RBK266PA-P10 Low noise Basic step angle: 0.18° Excitation mode: Microstep Backlash: 0.33° Gear ratio: 1:10 Max. Holding Torque: 5 Nm Contractor shall furnish all necessary personnel, facilities, materials and services to fabricate and deliver the item listed above. 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 Wright-Patterson Air Force Base, Ohio. Quotations shall be accompanied by a completed FAR 52.212-3, Representations and Certifications (August 2009) (attachment 1), and adhere to FAR 52.212-1, Instructions to Offerors - Commercial (June 2008). The Government's preferred method is electronic Representations and Certifications. This can be accomplished by registering in ORCA at https://orca.bpn.gov and completing the on-line Representations and Certifications. 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. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the Central Contractor Register (CCR) and to maintain active registration during the life of the contract. CCR can be accessed at https://www.bpn.gov. Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 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/. The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: 52.204-6, Data Universal Numbering System (DUNS) Number (Apr 2008); 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 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 (Nov 2011) (Full-text copy - attachment 1 to this RFQ); 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: 52.212-4 Contract Terms and Conditions - Commercial Items (June 2010); 52.247-34, F.o.b. Destination (Nov 1991); 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Nov 2011) The clauses that are check marked as being applicable to this purchase are: - 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (section 740 of Division C of Public Law 111-117, section 743 of Division D of Public Law 111-8, and section 745 of Division D of Public Law 110-161); - 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 (Jul 2010); - 52.223-18 Encouraging Contractor Policies to Ban Text Messages While Driving (Aug 2011); - 52.225-1, Buy American Act - Supplies (Feb 2009); - 52.225-13, Restrictions on Certain Foreign Purchases (Jan 2008); - 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003) [end fill in for 52.212-5]; - 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, Alternate A, Central Contractor Registration (Sep 2007); 252-211-7003, Item Identification and Valuation (Jun 2011); 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items (Oct 2011): [The clauses that are check marked as being applicable to this purchase are: - 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011 ); - 252.225-7001, Buy American Act and Balance of Payments Program (Oct 2011); - 252.225-7036, Buy American Act - Free Trade Agreements - Balance of Payments Program Alternate I (JUL 2009); - 252.232-7003 Electronic Submission of Payment Requests (Mar 2008); - 252.247-7023 Transportation of Supplies by Sea (May 2002) & Alternate III (May 2002) [end fill in for 252.212-7001]; The following AFFARS Clauses, either by reference or full text, apply to this acquisition: 5352.201-9101, Ombudsman (Apr 2010). [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 G-001, WAWF Electronic Invoicing Instructions; ASC/PKO H-002, Delivery Procedures Commercial Vehicles; STMNT NBR 03, Inspection and Acceptance; STMNT NBR 04, Invoice and Payment; STMNT NBR 08, For Base Supply Stock Fund Items Only; and STMNT NBR 12, Antiterrorism (AT) Awareness Training. Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. Quotations AND completed representations and certifications, if not available in ORCA, are due by 11:00 am Eastern on December 12, 2011 to: Alycia Armbruster, ASC/PKOBB E-mail: Alycia.Armbruster@wpafb.af.mil Mailing Address: ATTN: Alycia Armbruster ASC/PKOBB 1940 Allbrook Drive, Suite 3 Wright-Patterson AFB OH 45433 Questions should be directed to Alycia Armbruster at Alycia.Armbruster@wpafb.af.mil or 937-522-4601
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-12-T-0056/listing.html)
 
Place of Performance
Address: WPAFB, Ohio, United States
 
Record
SN02631108-W 20111202/111130234719-cec0365951819d3b3a9c11e1cb354298 (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.