MODIFICATION
A -- Nano XP Tensile Head with High Load Tytron Stage
- Notice Date
- 4/6/2004
- Notice Type
- Modification
- Contracting Office
- 1940 Allbrook Drive Suite 3 Wright-Patterson AFB, OH, 45433-5309
- ZIP Code
- 45433-5309
- Solicitation Number
- FA8601--04-R-0025
- Response Due
- 4/19/2004
- Archive Date
- 5/19/2004
- Point of Contact
- Helen Williams,937-257-6146 x4211
- E-Mail Address
-
Email your questions to Helen.Williams@wpafb.af.mil
(Helen.Williams@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- SYNOPSITATION FOR NANO XP TENSILE HEAD WITH HIGH LOAD TYTRON STAGE FA8601-04-R-0025 This is a combined synopsis/solicitation for a Nano XP Tensile Head with High Load Tytron Stage, a commercial commodity to be procured for the Air Force Institute of Technology (AFIT), Wright-Patterson Air Force Base, prepared in accordance with (IAW) the format in 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. Solicitation FA8601-04-R-0025 is a Request for Proposal (RFP). This procurement will be awarded in accordance with FAR Subpart 13.5, Test Program for Certain Commercial Items. No hard copies will be sent. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-21. Proposed acquisition is unrestricted, full and open competition. The associated North American Industrial Code (NAIC) is 334519/Standard Industrial Classification (SIC) code 3829, size standard 500 employees applies. A Firm Fixed Price type contract is anticipated with one line item (0001) for the Nano XP Tensile Head with High Load Tytron Stage. Minimum system requirements are attached at www.pixs.wpafb.af.mil. Proposal packages should include price proposal for delivery of proposed items to the Air Force Institute of Technology, Wright-Patterson AFB OH (FOB Destination) and best delivery date, a Capabilities Package that includes a line-by-line response to each paragraph of the Minimum System Requirements document, descriptive literature to allow a complete evaluation of the equipment being offered to determine if it meets minimum requirements, and a list of utility requirements necessary for operation of the offered equipment. A technical description of the items being offered must be submitted in sufficient detail to evaluate compliance with the minimum requirements. If you submitted a Capabilities Package in response to the Sources Sought Announcement that was posted to this web site on 27 Feb 04, you do not need to submit another. All offerors must also complete the fill-ins at FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items, which are attached at www.pixs.wpafb.af.mil. The following provisions apply to this acquisition and are incorporated: FAR 52.212-1, Instructions to Offerors ? Commercial. Supplemented by above instructions. FAR 52.212-2, Evaluation - Commercial Items. Evaluation criteria to be included in paragraph (a) of provision 52.212-2 are as follows: Evaluation of proposals and subsequent award will be based on a determination of best value to the Government based on technical capability of the item offered to meet the Government requirement and price, with technical capability being more important than price. A technical description of the items being offered must be submitted in sufficient detail to evaluate compliance with the requirements. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, is listed as an attachment on the website listed above and must be submitted with the proposal. FAR 52.252-1, Solicitation Provisions Incorporated by reference. Fill In: http://farsite.hill.af.mil/ FAR 52.252-5, Authorized Deviations in Provisions. Fill In: Defense Federal Acquisition Regulation, 48 CFR Chapter 2. The following clauses are hereby incorporated and will be included in subsequent award either by reference or in full text. FAR 52.203-3 Gratuities FAR 52.204-7, Central Contractor Registration 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 52.219-8, Utilization of Small Business Concerns FAR 52.222-3, Convict Labor 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 Special Disabled Veterans FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.225-13, Restrictions on Certain Foreign Purchases (Required) FAR 52.232-33, Payment by Electric Funds Transfer ? Central Contractor Registration FAR 52.233-3, Protest After Award FAR 52.252-2, Clauses Incorporated by Reference, Fill In: http://farsite.hill.af.mil FAR 52.252-6, Authorized Deviations in Clauses, Fill In: Defense Federal Acquisition Regulation (Defense Federal Acquisition Regulation, 48 CFR Chapter 2) DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7004, Required Central Contractor Registration DFARS 252.209-7001, Disclosure of Ownership or Control of a Terrorist Country DFARS 252.209-7004, Subcontracting w/firms Owned or Controlled by Terrorist Countries DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2003)(DEVIATION) DFARS 252.225-7001, Buy American Act and Balance of Payments DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.225-7036, Buy American Ace ? North American Free Trade Agreement Implementation Act - Balance of Payments Program DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.243-7002, Requests for Equitable Adjustment DFARS 252.247-7023, Transportation of Supplies by Sea DFARS 252.247-7024, Notification of Transpoprtation of Supplies by Sea The following local clause will be included in the resultant order: WIDE AREA WORK FLOW ? RECEIPT AND ACCEPTANCE (WAWF-RA) ELECTRONIC INVOICING AND RECEIVING REPORT INSTRUCTIONS 1. The contractor shall be paid after submission of a properly prepared invoice and after final inspection and acceptance by the Government. In accordance with DFARS 252.232-7003, use of electronic payment requests is mandatory. Wide Area Workflow ? Receipt and Acceptance (WAWF-RA) is the Department of Defense System of choice for submission of electronic payment requests and receipt and acceptance documents. Detailed information regarding WAWF-RA is available on the Internet at https://wawf.eb.mil. The WAWF-RA training site is accessible at http://www.wawftraining.com. 2. Invoices shall be submitted (Type an X in the appropriate block): a. [x] After Delivery of Supplies b. [. .] Monthly (After Performance) c. [. .] Quarterly (After Performance) d. [. .] Semi-annually (After Performance) e. [. .] Yearly (After Performance) 3. The contractor shall submit invoices using the following format: a. [ ] 2-in-1 (Services Only) b. [..] Invoice and Receiving Report If a specific invoice format is not checked above, the contractor shall submit invoices and/or receiving reports in WAWF-RA based on the type of contract awarded (for example, construction) and/or contract financing (for example, progress payment). 4. The following codes are required to properly route your invoices and/or receiving reports through WAWF-RA. CAGE CODE: . . ISSUE BY DODAAC: FA8601 ADMIN DODAAC: FA8601 INSPECT BY DODAAC: FA8601 PLUS SIX EXT: F3ITNY ACCEPT BY DODAAC: FA8601 PLUS SIX EXT: F3ITNY LOCAL PROCESSING OFFICE: Leave Blank PLUS SIX EXT: Leave Blank PAY OFFICE DODAAC: F03000 5. When creating invoices and/or receiving reports, the contractor shall select the ?Additional E-mail Notifications? link and enter the e-mail addresses below. The Government will advise the contractor of changes to these e-mail notifications by letter or e-mail vs. contract modification. Upon receipt of the change(s), the contractor shall include the new e-mail notifications when creating invoices and/or receiving reports. INSPECTOR: Jay.Anderson@wpafb.af.mil ACCEPTOR: Jay.Anderson@wpafb.af.mil CONTRACT ADMINISTRATOR: Helen.Williams@wpafb.af.mil CONTRACTING OFFICER: ADDITIONAL CONTACTS: ADDITIONAL CONTACTS: 6. Questions concerning payment should be directed to the Defense Finance Accounting Services (DFAS) DFAS-BVFD/DY, Columbus OH, (800) 756-4571 or faxed to 614-693-0808. Please have your contract/order number and invoice number ready when calling about payment status. 7. The accounts payable mailing address can be located in Block 18a of your contract/order. You can access payment information from the DFAS web site at http://www.dfas.mil/money/vendor. Your contract, purchase order or invoice number is required when inquiring about the status of your payment. (End of clause) A registration page will be attached to the web site. If you would like to receive notice of any amendments and/or addendum that may be issued to the solicitation, you may register. If you do not register, it is your responsibility to review the web site for any changes to the RFP. Contractors that are debarred, suspended or proposed for debarment are excluded from receiving contracts. Proposals prepared by debarred, suspended or otherwise ineligible contractors are at the risk and expense of the contractor. Contract financing will not be provided for this acquisition. Complete proposal packages, including price proposal, technical capability information (if not previously submitted) and Reps and Certs must be submitted by 4:00 p.m. EDT on Monday, 19 Apr 04, to Helen Williams, 88 ABW/PKSB, 1940 Allbrook Drive, Suite 3, Wright-Patterson AFB, OH 45433-5309. Proposal packages may also be faxed to 937-257-3926 or sent electronically to Helen.Williams@wpafb.af.mil . Contractors must be registered in Central Contractor Registration (CCR) prior to award for solicitations issued after 31 May 1998. DUNS/CCR website is http://ccr.gov. For questions on this solicitation, please call Helen Williams, (937) 257-6146, Ext. 4211, or email: Helen.Williams@wpafb.af.mil. THIS IS NOT A NOTICE OF RFQ ISSUANCE. THIS IS A SOURCES SOUGHT ANNOUNCEMENT AND REQUEST FOR CAPABILITIES PACKAGES. THIS EFFORT IS CONSIDERED COMMERCIAL IN NATURE AND ANY RESULTANT CONTRACT WILL BE AWARDED IAW FAR PART 12. PLEASE NOTE THE SUSPENSE DATE FOR SUBMISSION OF CAPABILITIES PACKAGES IS 8 MAR 04. The Air Force Institute of Technology (AFIT), at Wright-Patterson AFB OH, anticipates a competitive acquisition for a Nano XP Tensile Head with High Load Tytron Stage. This sources sought synopsis is issued to determine if there are contractors capable of and interested in supplying the required item. Minimum system requirements are listed in Attachment 1 to this announcement. Responding vendors must provide a Capabilities Package that includes a line-by- line response to each paragraph of the attached document, descriptive literature to allow a complete evaluation of the equipment being offered to determine if it meets minimum requirements, and a list of utility requirements necessary for operation of the offered equipment. No price quotes are required at this time. All sources capable of providing the required equipment are being sought. In addition to the information provided in the Capabilities Package described above, responding parties must also indicate their business size status in relation to the applicable North American Industry Classification System (NAICS) code 334519/Standard Industrial Classification (SIC) code 3829 (size standard 500 employees). Sources should identify and address if they are a large, small, 8(a), woman owned, Hubzone, or otherwise classified as a small disadvantaged business in their responses. Submit capabilities packages and routine inquiries concerning the Sources Sought to Helen Williams, 88 ABW/PKSB, Bldg 1, 1940 Allbrook Drive, Suite 3, Wright-Patterson AFB OH 45433-5309, telephone 937-257-6146 x4211, or fax 937- 257-3926, or e-mail Helen.Williams@wpafb.af.mil. This sources sought is for information and planning purposes only. It does not constitute a solicitation and is not to be construed as a commitment by the Government. RESPONSES ARE DUE NO LATER THAN 8 Mar 04. For more information on 04R0025--Nano XP Tensile Head with High Load Tytron Stage please refer to http://www.pixs.wpafb.af.mil/pixslibr/04R0025/04R0025.asp
- Web Link
-
04R0025-Nano XP Tensile Head with High Load Tytron Stage
(http://www.pixs.wpafb.af.mil/pixslibr/04R0025/04R0025.asp)
- Record
- SN00560828-W 20040408/040406212024 (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 |