Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 01, 2003 FBO #0673
SOLICITATION NOTICE

59 -- Various Tri-Tech fixtures and complimentary items

Notice Date
9/29/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Space Command, 30CONS, Bldg 7015, STE 2D 806 13th Street, Vandenberg AFB, CA, 93437-5226
 
ZIP Code
93437-5226
 
Solicitation Number
Reference-Number-FE461032689200
 
Response Due
10/14/2003
 
Archive Date
10/28/2003
 
Point of Contact
Matthew Fahrner, Contract Specialist, Phone (805) 606-6367, Fax (805) 606-5867,
 
E-Mail Address
matthew.fahrner@vandenberg.af.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. The reference number is FE461032689200 and will be issued as a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-15. The NAICS code for this requirement is 423830 and the size standard is 100 employees. Award will be made on an all or none basis. There will be seven (7) line items for this requirement. Line item 0001 ? QTY: 1 ? PCB-0219 10/100 PCI Ethernet card for MP32 control or equal. Line item 0002 ? QTY: 1 ? OPT 0221 4th and 5th axis servo drives complete with control upgrade, drive cards, amplifiers, wiring, cables and MS connectors or equal. Line item 0003 ? QTY: 1 ? 412-XII-5 axis Tri-Tech head including all machine adaptors, couplings, and mounting fixtures to fit Fadal VMC 4525 or equal. Line item 0004 ? QTY: 1 ? Post processor software to work with your existing 5 axis espree CAD system or equal. Line item 0005: QTY: 1 ? CAT-40 tooling package (Lyndes tool holders) or equal. Line item 0006: QTY: 1 ? HSK tooling package for Tri-Tech head including the following: End mill holders in sizes ?, 3/8, ?, 5/8, ?; Collett chucks #ER16, ER20, ER25, ER32 or equal. Line item 0007: QTY: 1 ? Fadal three-year service contract for 4525 VMC or equal. This comes as a complete unit, thus some components will be bought on GSA. The following provisions and clauses apply to this acquisition (by reference): FAR 52.212-1, Instructions to Offerors--Commercial Items (JUL 2003); FAR 52.212-2, Evaluation -- Commercial Items, (JAN 1999), Paragraph A of this clause is completed as follows: (i) price and (ii) conformance to the above specifications shall be used to evaluate offers. Offerors must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, (JUN 2003). The DFARS clause, 252.212-7000, Offeror Representations and Certifications-Commercial Items shall apply to this acquisition. FAR 52.212-4, Contract Terms and Conditions--Commercial Items, (FEB 2002), FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2003)(Deviation), DFARS 252.204-7004, Required Central Contractor Registration (NOV 2001). The following provisions and clauses apply (in full text): FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUN 2003): (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clause, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.233-3, Protest after Award (Aug 1996)(31 U.S.C 3553). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: Convict Labor (JUN 2003), FAR 52-222-19, Child Labor-Cooperation with Authorities and Remedies (SEP 2002), FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999), FAR 52.222-26, Equal Opportunity (APR 2002), FAR 52.222-35, Equal Opportunity for Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001), FAR 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998), FAR 52.222-37, Employment Reports on Special Disabled Veteran, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001), FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (MAY 1999), 52.239-1, Privacy or Security Safeguards (AUG 1996), (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vi) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause--(i) 52.219-8, Utilization of Small Business Concerns (Oct 2000)(15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998)(29 U.S.C. 793). 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Apr 2003)(46 U.S.C. Appx 1241 and 10 U.S.C. 2631). DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (JUN 2003), a) The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which, if checked, is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components. FAR 52.203-3, Gratuities (APR 1984) (b) The Contractor agrees to comply with any clause that is checked on the following list of Defense FAR Supplement clauses which, if checked, is included in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, DFARS 252.225-7012, Preference for Certain Domestic Commodities (FEB 2003), DFARS 252.232-7003, Electronic Submission of Payment Requests (MAR 2003), DFARS 252.243-7002, Certification of Requests for Equitable Adjustment (MAR 2002)(Alternate III)(MAY2002), DFARS 2552.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000). (c) In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5), the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.225-7014, Preference for Domestic Specialty Metals, Alternate I (APR 2003) (10 U.S.C. 2533a), 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631), 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (End of clause) Delivery to Vandenberg AFB no later than 30 days ARO. Offers must be submitted as written responses by email to Matthew.Fahrner@vandenberg.af.mil or fax to (805) 606-5867 no later than 9 AM PST, Tuesday, October 14, 2003. Oral responses will not be accepted. Each offeror shall sign his/her quote. Responding offerors must provide their company name and a contact with telephone number. Quote is valid for 60 days from the date of the quote. Last date to submit questions is Thursday, October 9, 2003, 8 AM PST.
 
Place of Performance
Address: 816 13th St., Bldg. 7000 Ste. 306, Vandenberg AFB, CA
Zip Code: 93437
Country: USA
 
Record
SN00443983-W 20031001/030929213140 (fbodaily.com)
 
Source
FedBizOpps.gov 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.