Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2006 FBO #1700
SOLICITATION NOTICE

67 -- IR Thermo Imaging Camera

Notice Date
7/21/2006
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFMC - Air Force Materiel Command Headquarters, HQ AFMC/PKX 4375 Chidlaw Rd Ste 6, Wright-Patterson AFB, OH, 45433
 
ZIP Code
45433
 
Solicitation Number
FA8601-06-T-0134
 
Response Due
7/31/2006
 
Archive Date
8/15/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquistion Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is FA8601-06-T-0130 issued as a Request for Quotations (RFQ) and is conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-11, 05 July 2006, and class deviation 2005-0001. This acquisition is FULL AND OPEN COMPETITION, competition is unrestricted and all potential sources capable of providing the minimum requirements are eligible to submit a quotation. The associated North American Industry Classification System (NAICS) code is 334516. The size standard is 500 employees, but it is not applicable for this acquisition. This RFQ has one line item: 1 each ? IR Thermo Imaging Camera. The minimum requirements for this item are attached to this announcement. Quotations shall be accompanied by a completed FAR 52.212-3, Representations and Certifications (May 2004), and adhere to FAR 52.212-1, Instructions to Offerors ? Commercial (Jan 2004), which are attached to this announcement. Contract financing is NOT provided for this acquisition. The Government intends to award one firm fixed price (FFP) purchase order resulting from this solicitation to the responsible offeror(s) whose quote is the lowest price technically acceptable. The Government reserves the right not to make an award at all. By submitting a quote, the offeror acknowledges the requirement that a potential awardee must be registered in the Central Contractor Registration (CCR) prior to award. Quotations may be in any format but must include requirements found in the attached Instructions to Offerors, including: proposing company's name, address and phone; point of contact?s name, phone, and email; quotation date; quotation number; total price; identify any discounts; how long the quote is valid (minimum of 60 days); lead time after receipt of order; and warranty information. Quoted price shall be FOB destination. Delivery location is Wright-Patterson Air Force Base, Ohio Quotations MUST contain a complete description of item offered to clearly show item meets or exceeds all requirements listed in the Minimum Requirements, attachment 3, hereto. Quotation shall provide a point-by-point comparison to each item listed in the minimum requirements. A general overview, general comparison, or statement such as ?able to provide the requirements? or "meets or exceeds minimum requirements" is unacceptable and will not be evaluated for potential acceptance. The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: 52.212-1, Instructions to Offerors 52.212-2, Evaluation Factors [The evaluation factors for the fill-in portion of this provision will be handled in accordance with FAR 13.106-1 and 13.106-2. Relative importance and sub-factors are not required. Evaluation criteria will be technical and price. Technical criteria will be pass or fail. Quote must clearly show that item offered meets all requirements included in the Minimum Requirements attached to this Request for Quotation.] 52.212-3, Contractor Representations and Certifications; 52.222-22, Previous Contracts and Compliance Reports (Feb 1999); 52.222-25, Affirmative Action Compliance; 52.252-1, Solicitation Provisions Incorporated by Reference; (the fill in portion of this clause is: http://farsite.hill/af/mil or http://www.arnet.gov/far) The following Federal Acquisition Regulation clauses, either by reference or full text, apply to this acquisition: 52.204-7, Central Contractor Registration 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 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: -52.222-3 Convict Labor; - 52.222-19 Child Labor Cooperation with Authorities and Remedies; - 52.222-21 Prohibition of Segregated Facilities; - 52.222-26 Equal Opportunity; - 52.222-35 Equal Opportunity for Special Disabled Veterans; - 52.222-36 Affirmative Action for Workers with Disabilities; - 52.222-37 Employment Reports on Special Disable Veterans; - 52.225-13 Restrictions on Certain Foreign Purchases; and - 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration [end fill in for 52.212-5]; 52.252-2 Clauses Incorporated by Reference (the fill in portion of this clause is: http://farsite.hill/af/mil or http://www.arnet.gov/far) The following DFARS Clauses, either by reference or full text, apply to this acquisition: 252.204-7003 Control of Government Personnel Work Product; 252.204-7004 (Alt A ), Required Central Contractor Registration 252.211-7003, Item Identification and Valuation; 252.212-7001Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items: [The clauses that are check marked as being applicable to this purchase as: 252.225-7036 ALT 1, Buy American Act-Free Trade Agreements-Balance of Payments Program]; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023 ALT III, Transportation of Supplies by Sea [end fill in for 252.212-7001]; 252.225-7002, Qualifying Country Sources as Subcontractor (Apr 2003); IMPORTANT NOTICE TO CONTRACTORS: Any award resulting from this solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act for Fiscal Year 2001 requires any claims for payments (invoices) under DoD contracts to be submitted in electronic form. Wide Area Workflow-Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirements. Use of the basic system is at no close 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 https://wawf.eb.mil. The following AFFARS Clauses, either by reference or full text, apply to this acquisition: 5352.201-9201: Ombudsman [The fill in portion of this clause is: Center/MAJCOM ombudsmen: Stephen J. Miller, ASC/AE, 1755 Eleventh Street, B570, Room 113, Wright-Patterson AFB OH 45433-7404, Telephone: 937-255-5315, Fax: 937-656-7193, Email: stephen.miller@wpafb.af.mil.] [end fill in for 5352.201-9201]. Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. Attachments to the announcement: 1. FAR 52.212-3, Representations and Certifications ? Mar 2005 (Return with quotation) 2. FAR 52.212-1, Instructions to Offerors 3. Minimum Requirements Quotations AND completed representations and certifications are due by 1:00 p.m. (EST), MONDAY, 31 July 2006, to: Shelley Deardorff, 88 CONS/PKBB. Fax is 937-257-3926 (ATTN: Shelley Deardorff). E-mail is Shelley.Deardorff@wpafb.af.mil. Questions should be directed to Shelley Deardorff at Phone 937-522-4604.
 
Record
SN01095016-W 20060723/060721220936 (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.