Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 12, 2004 FBO #1082
SOLICITATION NOTICE

66 -- Cruciform Alignment Measurement System

Notice Date
11/10/2004
 
Notice Type
Solicitation Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
1940 Allbrook Drive Suite 3 Wright-Patterson AFB, OH, 45433-5309
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-05-T-0021
 
Response Due
11/29/2004
 
Archive Date
1/10/2005
 
Small Business Set-Aside
N/A
 
Description
SYNOPSITATION FOR CRUCIFORM ALIGNMENT MEASUREMENT SYSTEM, FA8601-05-T-0021 This is a combined synopsis/solicitation for a Cruciform Alignment Measurement System, 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 FA8601-05-T-0021 is a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-25. 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 One (1) Each Cruciform Alignment Measurement System. Minimum system requirements are attached at www.pixs.wpafb.af.mil. Proposal packages should include price proposal for delivery of proposed item 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. All offerors must complete the fill-ins at FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items, which are attached at www.pixs.wpafb.af.mil. Complete proposal packages, including price proposal, technical capability information and Reps and Certs must be submitted by 4:00 p.m. EDT on Wednesday, 29 Nov 04, to Helen Williams, 88 CONS/PKBB, 1940 Allbrook Drive, Room 109, Wright-Patterson AFB, OH 45433-5309. Proposal packages may also be faxed to 937-257-1207 or sent electronically to Helen.Williams@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: Subsequent award will be made to lowest priced technical acceptability offer. 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 52.222-22, Previous Contracts and Compliance Reports FAR 52.222-25, Affirmative Action Compliance 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 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 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 252.204-7004, Required Central Contractor Registration DFARS 252.211-7003, Item Identification and Valuation 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 252.225-7036, Buy American Ace ? North American Free Trade Agreement Implementation Act - Balance of Payments Program 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 and Reps and Certs must be submitted by 4:00 p.m. EDT on Wednesday, 29 Nov 04, to Helen Williams, 88 CONS/PKBB, 1940 Allbrook Drive, Room 109, Wright-Patterson AFB, OH 45433-5309. Proposal packages may also be faxed to 937-257-1207 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) 257-7727, or email: Helen.Williams@wpafb.af.mil. For more information on FA05T0021--Cruciform Alignment Measurement System please refer to http://www.pixs.wpafb.af.mil/pixslibr/FA05T0021/FA05T0021.asp
 
Web Link
FA05T0021-Cruciform Alignment Measurement System
(http://www.pixs.wpafb.af.mil/pixslibr/FA05T0021/FA05T0021.asp)
 
Record
SN00706917-W 20041112/041110211928 (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.