Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2012 FBO #3793
SOLICITATION NOTICE

66 -- Optics Table - DFARS Provision - DFARS Provision

Notice Date
4/11/2012
 
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-0156
 
Archive Date
5/2/2012
 
Point of Contact
LaToya S High, Phone: 937-522-4646
 
E-Mail Address
latoya.high@wpafb.af.mil
(latoya.high@wpafb.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DFARS 252.209-7998 DFARS 252-209-7999 This is a combined synopsis/solicitation for 5' Wx10'Dx12"H Optical Table with 4 vibration isolator legs 23.5" high, was prepared in accordance with the format in Federal Acquisition Requirements (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested, and a written solicitation will not be issued. The solicitation number for this requirement is FA8601-12-T-0156 using FAR Subpart 13, Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-56, 02 Apr 12. This solicitation document is Full and Open Competition under North American Industry Classification System Code 334516. Size standard is 500 employees. The ASC/PKO Operational Contracting Division, Wright-Patterson Air Force Base, Ohio intends to award a firm-fixed-price contract for the following requirements: The system shall consist of a nominally 5'Wx10'Dx12" H optical table with 4 vibration isolator legs that are nominally 23.5" high. Technical specifications for the system are: Optical table: Tabletop dimensions: 5 ft x 10 ft (±2") Table thickness: 12" minimum Surface Flatness [in. (mm)] ±0.004 (±0.1), over 2 ft. square Construction: Double plate, Honeycomb core Plate materials: Magnetic stainless steel Maximum screw depth: 0.75 in. (19 mm) deep from table surface Core construction: High density plated steel honeycomb Side construction Laminated steel, slightly inset from edge Top surface finish Brushed stainless steel Mounting Holes 1/4-20 holes on 1 in. grid Maximum Dynamic Deflection Coefficient <1.0 x 10-3 Maximum Relative Motion Value [in. (mm)]* <10.0 x 10-9 m Deflection Under Load [in. (mm)] <1.6µm (<6.5 x 10-5in) for a 250 lb (114 kg) load Optical Table legs: Height, Isolator ~2ft Load per Isolator >900 kg (2000 lb) Number of Isolators 4 Re-leveling Accuracy <±0.01 in. (±0.25 mm) Vertical Isolation 5Hz >90 % Horizontal Isolation 5Hz >80 % Vertical Isolation Res 1 Hz Vertical Isolation, 10Hz >95 % Horizontal Isolation, Res 1.5 Hz Isolation, Horizontal 10Hz >95 % Overhead Table Shelf: Max Centered Load [lb (kg)] 90 centered Length 10' Quotations need to adhere to FAR 52.212-1, Instructions to Offerors - Commercial; and include a completed FAR 52.212-3, Representations and Certifications. The Government's preferred method is Online Representations and Certifications. In addition the reps and cert in FAR 52.212-3 fill-in must be completed and returned with quote. This can be accomplished by registering in ORCA at https://orca.bpn.gov and completing the on-line Representations and Certifications. 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: Technical Capability and Price. The quotations may be in any format but MUST include: 1) Proposing company's name, address, Tax ID Number, Cage Code and phone 2) Point of contact's name, phone, and email 3) Quotation number & date 4) Item price 5) Total price (Net 30) 6) Shipping (FOB Destination) 7) Applicable discounts 8) Timeframe that the quote is valid 9) Delivery Schedule 10) Warranty Information (if applicable). 11) Completed FAR 52.212-3, Representations and Certifications 12) DFARS 252.209-7998, Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law 13) DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under any Federal Law (Deviation 2012-O0004) (Jan 2012) Quotations MUST also contain a complete description of item offered to clearly show item meets or exceeds the requirements listed above. 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 technical capabilities. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the Central Contractor's 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/. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil. The following provisions are incorporated by reference and apply to this acquisition: FAR 52.212-1, Instructions to Offerors -- Commercial FAR 52.212-3, Representations and Certifications The following provisions are incorporated by full text and apply to this acquisition: FAR 52.212-2, Evaluation Factors Evaluation -- Commercial Items (Jan 1999) (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: (i) technical capability of the item offered to meet the Government requirement; (ii) price; (b) Technical factor is approximately equal to price. (c) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (d) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) DFARS 252.209-7998, Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law REPRESENTATION REGARDING CONVICTION OF A FELONY CRIMINAL VIOLATION UNDER ANY FEDERAL OR STATE LAW (DEVIATION 2012-00007) (DATE 2012) (a) In accordance with section 514 of Division H of the Consolidated Appropriations Act, 2012, none of the funds made available by that Act may be used to enter into a contract with any corporation that was convicted of a felony criminal violation under any Federal or State 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 further action is not necessary to protect the interests of the Government. (b) The Offeror represents that it is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal or State law within the preceding 24 months. (End of provision) DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under any Federal Law (Deviation 2012-O0004) (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) The following clauses are incorporated by reference and apply to this acquisition: 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. FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns FAR 52.219-28, Post Award Small Business Program Representation 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 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. The clauses that are check marked as being applicable to this purchase are: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARs 252.232-7003 Electronic Submission of Payment Requests ASC/PKO G-001, Wide Area Work Flow Electronic Invoicing Instructions All Quotations and responses must be received no later than 12:00 PM, Eastern Standard Time on 17 April 2012. Submittal of quotes in response to this RFQ constitutes agreement by the offeror of all terms & conditions contained herein, which will also be the terms & conditions of resulting contract. Please email to latoya.high@wpafb.af.mil via a PDF compatible attachment Any questions should be directed to LaToya High at latoya.high@wpafb.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-12-T-0156/listing.html)
 
Place of Performance
Address: WPAFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02719464-W 20120413/120411235221-64d1e377f30d9f34415960b02ac17f7a (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.