Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 17, 2011 FBO #3675
SOLICITATION NOTICE

66 -- Low Torque Calibrator - Purchase Description - DD Form 1423

Notice Date
12/15/2011
 
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
FA2263-12-Q-0016
 
Archive Date
9/30/2012
 
Point of Contact
Kathryn A Vaccaro, Phone: 740-788-5078
 
E-Mail Address
kathryn.vaccaro@afmetcal.af.mil
(kathryn.vaccaro@afmetcal.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DD Form 1423 Data Requirements Purchase Description 12M-217A-TQ dated 3 Aug 2011 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), in accordance with Federal Acquisition Regulation (FAR) Subpart 13.5, for the purchase of Low Torque Calibrator and associated data. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Parts 12, 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 (FAC) 2005-54, DAC 91-13, and Defense Publication Notice (DPN) 20111207. 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). The RFQ number is FA2263-12-Q-0016 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 100% Small Business Set-Aside. Offerors are requested to provide pricing for 32 units. It is anticipated that 20 units will be purchased in FY 12 with a FY 13 option for up to 10 units, FY 14 option for up to 2 units. The best estimate is that a total of 32 units will be ordered, however, there is no guarantee that an option will be exercised. The units must meet the requirements of Purchase Description 12M-217A-TQ dated 3 August 2011 and data in accordance with DD Form1423. The Purchase Description and requirements for data delivery on the contract data requirements list are available for download at this site. Please review all documents carefully. Products offered shall be commercially available. Delivery of the first production quantity of one (1) each shall be due 120 days after receipt of award notification and can arrive at destination no sooner than seven (7) days before the required delivery date. Continued production deliveries shall be due at a rate of a minimum two (2) to maximum three (3) units 60 days after acceptance of the first production unit and continue at the rate of minimum two (2) to maximum three (3) every 30 days thereafter until complete. Accelerated delivery is not permitted unless authorized by the contracting officer. The first production unit and additional production units will be shipped to AFMETCAL in Heath Ohio. Delivery shall be FOB destination. Contingent upon the availability of funds, delivery of option quantities of two (2) to three (3) each will be due 30 days after completion of CLIN 0004 basic quantity - production units or 120 days after exercise of option whichever is later and continue at that rate every 30 days thereafter until all units are delivered. The first production acceptance testing of the first unit will begin when the unit is delivered and will be completed within 45 days after receipt at AFMETCAL in Heath Ohio. 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 32 units. Please include any quantity break discounts. The current versions of the following clauses apply to this acquisition and are incorporated by reference: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 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. The total evaluated price will be calculated as follows: (1) The evaluated price will be the unit price proposed multiplied by the specified unit quantity (e.g. 1 EACH), (2) For the option units where there is a quantity range, the evaluated price will be the unit price proposed multiplied by the maximum quantity in that range. (3) The sum of all CLINs (Basic Year and Options) will represent the total evaluated price. (4) Offeror's are advised that the evaluation of options shall not obligate the government to exercise such options. 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 (o) 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 52.219-6 Notice of Total Small Business Set-Aside; 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 Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Veterans; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; 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 DFARS 252.211-7003 Item Identification and Valuation; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEVIATION); DFARS 252.225-7000 Buy American Act - Balance of Payments Program Certificate; DFARS 252.225-7013 Duty Free Entry; DFARS 252.227-7015 Technical Data - Commercial Items; DFARS 252.232-7003 Electronic Submission of Payment Request and Receiving Reports; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.247-7023 Transportation of Supplies by Sea with Alternate III; AFFARS 5352.201-9101 Ombudsman - When appropriate, potential offerors may contact Ombudsman Kim McDonald, 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) be sure to include pricing for option year quantities, the option may be exercised anytime from date of award up through 30 Sept 2014, (9) include FAR 52.212-3 reps and certs and be sure ORCA and CCR are current. The government reserves the right to incorporate the successful offeror's technical proposal into any contract resulting from this solicitation. Funds are not presently available to make an award from this solicitation. An award from this solicitation is contingent upon the availability of appropriated funds. CLINs should be priced as follows: FY 2012 Basic Contract, First Production Units CLIN 0001 Low Torque Calibrator, First Production Unit, 1 each CLIN 0002 Data Requirements FY 2012 Basic Contract, Production Units CLIN 0003 Low Torque Calibrator, Production Units, 19 each CLIN 0004 Data Requirements FY 2013 Option (1 Oct 2012 to 30 Sep 2013) CLIN 1001 Low Torque Calibrator, 1-10 each CLIN 1002 Data Requirements FY 2014 Option (1 Oct 2013 to 30 Sep 2014) CLIN 2001 Low Torque Calibrator 1-2 each CLIN 2002 Data Requirements This will be a DO-A70 rated order. Offers are due by 29 December 2012 at 4:00 PM EST to: Kathryn Vaccaro, 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. Electronic submissions to kathryn.vaccaro@afmetcal.af.mil are permissible. E-mail may be used to transmit offers only if email can be sent encrypted and due to current Air Force requirements shall not include ZIP files. Otherwise offers shall be submitted via direct mailing or facsimile. In order to facilitate the sending and receiving of encrypted emails, offerors must use MS Outlook email configured to support encryption or a different email product that is S/MIME compatible and configured to support encryption. If you intend to submit your offer via encrypted email, you will need to contact the buyer identified in this solicitation posting prior to that first submittal in order to exchange certificates used for encryption. To ensure the process is working correctly, send a test encrypted message first (without including any offer information). Offerors bare the risk for receipt of submitted offers 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. NOTE - 100 percent Set Aside for Small Business
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFMETCAL/FA2263-12-Q-0016/listing.html)
 
Record
SN02640365-W 20111217/111215234922-49cada8608fb06216e5663e7c3660e8a (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.