Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 28, 2016 FBO #5179
SOLICITATION NOTICE

66 -- Drop Testers - Statement of Work and Specifications

Notice Date
1/26/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
 
ZIP Code
84056
 
Solicitation Number
FA8201-16-R-1111
 
Archive Date
2/24/2016
 
Point of Contact
Schneidig Aroche, Phone: 8015863846, Kirk Herman, Phone: 8017771693
 
E-Mail Address
Schneidig.Aroche@us.af.mil, kirk.herman@us.af.mil
(Schneidig.Aroche@us.af.mil, kirk.herman@us.af.mil)
 
Small Business Set-Aside
HUBZone
 
Description
Specifications Statement of Work Combined Synopsis/Solicitation •(i) This is a combined synopsis/solicitation for the acquisition of commercial items/services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this announcement. This announcement constitutes the only solicitation; a written solicitation will not be issued. •(ii) Solicitation Number: FA8201-16-R-1111 This solicitation is issued as a request for quotation (RFQ). •(iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-85. •(iv) Contracting Officer's Business Size Selection: 100% Total SB Set-Aside NAICS Code: 334515 Small Business Size Standard: 500 employees •(v) CLIN 0001 - Quick Release Drop Tester QTY: 1 EA Please see attached Statement of Work and Minimum Specifications •(vi) CLIN 0002 - Precision Drop Tester QTY: 1 EA Please see attached Statement of Work and Minimum Specifications •(vii) Description of item(s) to be acquired: The contractor shall provide drop testers in accordance with (IAW) the Statement of Work provided. •(viii) Dates and Place of Performance: Delivery shall be no later than 30 March 2016. FOB Destination. •(ix) T he provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offers are due by 1400 MST, 09 February 2016 via electronic mail to Schneidig.Aroche@us.af.mil Submit quotations on company letterhead or pricing document; contractor format acceptable. Quotations must include as a minimum: •1. The solicitation number; •2. The time specified in the solicitation for receipt of offeror; •3. The name, address, and telephone number of the offeror; •4. A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; •5. Price and any discount terms; •6. "Remit to" address, if different than mailing address; •7. Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. The government reserves the right to make award on the initial quote without discussions. •(x) 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: (i) price; (ii) technical capability of the item offered to meet the Government requirement; (b) Evaluation is on Lowest Price Technically Acceptable (LPTA) basis. All offers will be evaluated on their proposed Total Price. The contract will be awarded to the company with lowest price, which fully meets all specifications IAW the Statement of Work. The lowest priced proposal will be evaluated first for technical acceptability (to be based on the specifications in the CLIN), If found technically acceptable, no other proposals will be evaluated. The next lowest offer will only be evaluated if the aforementioned offer is not found technically acceptable (and so on). Only one award will be made under this solicitation. Award will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified Acquisition Procedures. Submit only written offers; oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM). (c) 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. •(xi) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. •(xii) T he clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and a statement regarding any addenda to the clause. •(xiii) T he clause at 52.212-5 (DEVIATION 2013-O0019) (Jan 2016), Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. •(xiv) Additional Contract Requirement or Terms and Conditions: 52.204-10 Reporting executive compensation and first-tier subcontract awards 52.204-19 Incorporation by reference of representations and certifications 52.207-4 Economic purchase quantity- supplies 52.212-1 Instructions to offerors- commercial items 52.219-6 Notice of total small business set-aside 52.219-28 Post-award small business program representation 52.222-19 Child labor - cooperation with authorities and remedies 52.222-21 Prohibition of segregated facilities 52.222-22 Previous Contracts and Compliance Reports 52.222-26 Equal opportunity 52.222-36 Equal opportunity for workers with disabilities 52.222-50 Combating trafficking in persons 52.223-18 Encouraging contractor policies to ban text messaging while driving 52.225-13 Restrictions on certain foreign purchases 52.225-18 Place of manufacture 52.225-25 Prohibition on contracting with entities engaging in certain activities or transactions relating to Iran- representation and certifications 52.232-39 Unenforceability of unauthorized obligations 52.232-40 Providing accelerated payments to small business subcontractors 52.252-5 Authorized deviations in provisions 52.252-6 Authorized deviations in clauses 52.204-7 System for award management 252.203-7000 Requirements relating to compensation of former DOD officials 252.203-7002 Requirements to inform employees of whistleblower rights 252.203-7005 Representation relating to compensation of former DOD officials 252.204-7008 Compliance with safeguarding covered defense information controls 252.204-7011 Alternative line- item structure 252.204-7012 Safeguarding covered defense information and cyber incident reporting 252.204-7015 Disclosure of information to litigation support contractors 252.211-7003 Item unique identification and valuation 252.213-7000 Notice to prospective suppliers on use of past performance information retrieval system-statistical reporting in past 252.223-7008 Prohibition of hexavalent chromium 252.225-7048 Export- controlled items 252.232-7010 Levies on contract payments 252.244-7000 Subcontracts for commercial items 252.247-7023 Transportation of supplies by sea- basic 5352.201-9101 Ombudsman •(xv) Defense Priorities and Allocations System (DPAS): N/A •(xvi) Proposal Submission Information: All questions or comments must be sent to A1C Schneidig Aroche by email at Schneidig.Aroche@us.af.mi l. Notice to Offerors: The Government intends to award a Firm Fixed Price contract for this requirement. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8201-16-R-1111/listing.html)
 
Place of Performance
Address: 7973 Utility Drive, Bldg 1135, Hill AFB, Utah, 84056, United States
Zip Code: 84056
 
Record
SN04000710-W 20160128/160126233954-a35422572a1ad9886ed078b08f25bcfd (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.