Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2012 FBO #3735
SOLICITATION NOTICE

66 -- Sensor EPROM Burning System - Purchase Description - Data Requirements

Notice Date
2/13/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFMETCAL WR-ALC/ENHRP, 813 Irving Wick Dr. W. Bldg 2, Heath, Ohio, 43056-6116, United States
 
ZIP Code
43056-6116
 
Solicitation Number
FA2263-12-R-0005
 
Archive Date
12/3/2012
 
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
Data Requirements - DD Forms 1423 Purchase Description 12E-150A-RF, Rev. 5, dated 30 Jan 2012 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, 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) 2005-55, DAC 91-13, and Defense Publication Notice (DPN) 20120130. This announcement constitutes the only solicitation. Proposals are being requested and a written request for proposal (RFP) will not be issued. It is the offeror's responsibility to monitor this site for the release of amendments (if any). AFMETCAL at Heath OH intends to award a firm fixed price contract in accordance with Federal Acquisition Regulation (FAR) Part 12, for the purchase of a Sensor Erasable Programmable Read Only Memory (EPROM) Burning System with technical and software user manuals. The Sensor EPROM Burning System shall be Brand Name or Equal to the suite of equipment identified in Purchase Description 12E-150A-RF, Rev. 5, dated 30 Jan 2012, paragraph 3.5.1 - Equipment to be provided by the Contractor. The RFP number is FA2263-12-R-0005 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 solicitation is being solicited as unrestricted. Offerors are requested to provide pricing for one (1) unit to include standard commercial warranty. The unit must meet the requirements of Purchase Description 12E-150A-RF, Rev. 5, dated 30 Jan 2012 with data in accordance with DD Forms 1423. 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 unit shall be due 180 days after receipt of award notification and can arrive at the destination no sooner than 7 days before the required delivery date. Accelerated delivery is not permitted unless authorized by the contracting officer. The unit will be shipped to AFMETCAL in Heath Ohio. Delivery shall be FOB destination. The unit will undergo a 60 day period of acceptance testing to begin after the unit is delivered and training has been completed at AFMETCAL in Heath Ohio. Invoices may not be submitted in WAWF until the unit has passed acceptance testing and on-site training has been completed. The current versions of the following clauses apply to this acquisition and are incorporated by reference: FAR 52.203-3 Gratuities; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I; 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 52.211-6 Brand Name or Equal: 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; 2. Past Performance, Expectation the Government has that the offeror will be able to successfully complete the required effort; and 3. Price. Award will be made to the responsible technically acceptable offeror who conforms to all of the solicitation requirements, has affirmatively demonstrated responsibility through past performance, and has the lowest total evaluated price. Technical and past performance, when combined, are significantly more important than 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), past performance (confidence or no confidence), and price. Technical acceptability will be determined solely on the content and merit of the information submitted in response to this request for proposal. 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. Past performance will be evaluated based on information submitted (three recent and relevant contracts for the same or similar items) in accordance with FAR 52.212-1(b)(10) and information obtained from the Federal Awardee Performance and Integrity Information System (FAPIIS), including information linked to FAPIIS such as from the Excluded Parties List System (EPLS) and the Past Performance Information Retrieval System (PPIRS). The Government reserves the right to use performance information from other sources such as Defense Contract Management Agency (DCMA), Fee Determining Officials, or commercial sources. Offerors shall be given an opportunity to address adverse past performance information if the offeror has not had a previous opportunity to respond to the information. 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) The sum of all CLINs will represent the total evaluated price. 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 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns; FAR 52.219-8 Utilization of Small Business Concerns; 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 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 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; 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 252.225-7035 Buy American Act--Free Trade Agreements--Balance of Payments Program 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 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. An award from this solicitation is contingent upon the availability of funds. 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 three recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information), (9) include a copy of standard commercial warranty, and (10) 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. CLINs should be priced as follows: FY 2012 CLIN 0001 Sensor EPROM Burning Station, 1 each CLIN 0002 Data Requirements IAW DD Form 1423 This will be a DO-A70 rated contract. Offers are due by 14 March 2012 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. Electronic submissions to amy.poling@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/proposals 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/FA2263-12-R-0005/listing.html)
 
Record
SN02674328-W 20120215/120214000001-88f21ead73b34f5b6d3e78210b81920e (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.