Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2012 FBO #3763
SOLICITATION NOTICE

66 -- Heater Tube Kits - Attachments

Notice Date
3/12/2012
 
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-0127
 
Archive Date
4/4/2012
 
Point of Contact
Kathy Majors, Phone: 9375224515
 
E-Mail Address
kathy.majors@wpafb.af.mil
(kathy.majors@wpafb.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Requirements 52.213--3 Alt I Heater Tube Kit - FA8601-12-T-0127 The U.S. Air Force requires Heater Tube Kits from a contractor able to provide one of two qualified manufacturers' product. The anticipated award is firm fixed price - Lowest Price Technically Acceptable (LPTA). Additional detail on the requirements can be found at the bottom of this notice in the Brand Name Justification. This is a combined synopsis/solicitation for Brand Name 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 is FA8601-12-T-0127 issued as a Request for Offer and is conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-56, 2 Mar 2012. This acquisition is 100% SET ASIDE FOR SMALL BUSINESS and Brand Name (justification is below). Competition is restricted to Small Businesses. Small Businesses capable of meeting the requirements in the Heater Tube Requirements below are eligible to submit a quotation. The associated North American Industry Classification System (NAICS) code is 334516. Size standard is 500 employees. This RFQ has two line items: 0001 Qty 280; Either Alcor (Part No AL-91652) or Falex (Part No 400-56-001) Heater Tube and Filter Kit. Heater Tubes must meet the requirements from the following documents: MIL-DTL-83133F (JP8), MIL-DTL-5624U (JP4 & JP5), MIL-DTL-87107D (JP10), MIL-DTL-25524E (JPTS), MIL-DTL-38219D (JP7), MIL-DTL-25576E (RP-1 & RP-2), ASTM D 3241-09, and ASTM Research Report #D02-1550. 0002 Qty TBD, CLIN NTE $125,000.00 for the same Kits in CLIN 0001. The use of this CLIN is subject to the Availability of Funds for FY12. Proposals must contain the following: - Price quote - A complete description of the equipment to be provided - Evidence of completed Representations and Certifications Offers shall be accompanied by a completed FAR 52.212-3 Alt I, Representations and Certifications - Commercial Items (Feb 2012). The Government's preferred method is electronic Representations and Certifications. This can be accomplished by registering in Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov and completing the on-line Representations and Certifications. The offer must also adhere to FAR 52.212-1, Instructions to Offerors - Commercial Items (Feb 2012). Offers MUST contain a complete description of equipment offered to clearly show item meets the requirements Heater Tube Requirements below. Offers shall provide a point-by-point comparison to each item listed in the Minimum Requirements. A general overview, general comparison, or statement such as "able to provide the requirements" or "meets minimum requirements" is unacceptable and will not be considered for potential acceptance. The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the offeror. Before price is considered, the proposal must meet the requirements. The lowest priced technically acceptable offer will be awarded the contract. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT IDENTIFIED IN THE QUOTE. Contract financing is NOT provided for this acquisition. Offers 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 whose quote is conforming to the solicitation and will be most advantageous to the Government. 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 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. 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: 52.211-6, Brand Name 52.212-1, Instructions to Offerors - Commercial Items (Feb 2012) [subparagraph (c) is changed to 60 days and subparagraph (e) is deleted and marked as reserved]; 52.212-3, Offeror Representations and Certifications - Commercial Items (Alt 1) (Feb 2012) 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: 52.204-7 Central Contractor Registration (Feb 2012); 52.212-4 Contract Terms and Conditions - Commercial Items (Feb 2012); 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Mar 2012) The clauses that are check marked as being applicable to this purchase are: - 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006) with Alternate I (Oct 1995) - 52.204-10, Reporting Executive compensation and First-Tier Subcontract Award (Jul 2010) - 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) (31 U.S.C 6010 note) - 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)) - 52.219-6, Notice of Total Small Business Set-Aside (June 2003); - 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); - 52.222-21, Prohibition of Segregated Facilities (Feb 1999); - 52.222-26, Equal Opportunity (Mar 2007); - 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212); - 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010); - 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212) - 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496) - 52.223-18 Encouraging Contractor Policies to Ban Text Messages While Driving (Aug 2011); - 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: 252.204-7004 Alternate A, Central Contractor Registration (Sep 2007); Deviation 2012-00004 Class Deviation-Prohibition Against Contracting With Corporations That Have an Unpaid Delinquent Tax Liability or a Felony Conviction under Federal Law 252.209-7999 - Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or Felony Conviction under any Federal Law REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION 2012-00004) (JAN 2012) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012, (Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that - (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of Provision) 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items (Aug 2011): [The clauses that are check marked as being applicable to this purchase are: - 52.203-3, Gratuities (Apr 1984)(10 U.S.C. 2207) - 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Jan 2009); - 252.225-7012, Preference for Certain Domestic Commodities (Jun 2010) (10 U.S.C. 2533a); - 252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payments Program (OCT 2011) (41 U.S.C. chapter 83 and 19 U.S.C. 3301 note); - 252.232-7003 Electronic Submission of Payment Requests (Mar 2008); - 243-7002, Requests for Equitable Adjustment (MAR 1998) (10 U.S.C. 2410); - 252.247-7023 Transportation of Supplies by Sea (May 2002) [end fill in for 252.212-7001]; 252.232-7007, Limitation of Government's Obligation (May 2006) 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 clause will be included in subsequent award. A full text version is available upon request: ASC/PKO G-001 WAWF Electronic Invoicing Instructions ASC/PKO H-002 Delivery Procedures Commercial Vehicles Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. Offers, references AND completed representations and certifications, if not available in ORCA, are due by 11:00 am on March 20, 2012 to: Kathy Majors, ASC/PKOBB E-mail: Kathy.Majors@wpafb.af.mil Mailing Address: ATTN: Kathy Majors ASC/PKOB 1940 Allbrook Drive, Suite 3 Wright-Patterson AFB OH 45433 Questions should be directed to Kathy Majors at Kathy.Majors@wpafb.af.mil or 937-522-4509.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-12-T-0127/listing.html)
 
Place of Performance
Address: WPAFB, Dayton, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02694588-W 20120314/120312235041-62bff62fa4bd73f9b2277022a4d1c496 (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.