SOLICITATION NOTICE
66 -- Primary Vacuum Gage Calibration System Upgrade
- Notice Date
- 4/16/2007
- Notice Type
- Solicitation Notice
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, 562 CBSSS GBKA (AFMETCAL), 813 Irving Wick Dr. W., Heath, OH, 43056-6116, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- FY2333-07-Q-0008
- Response Due
- 5/11/2007
- Archive Date
- 10/15/2007
- Description
- AFMETCAL Det1 at Heath, OH anticipates to award a firm fixed price purchase order under Simplified Acquisition Procedures (SAP) for the purchase of computer hardware and software to up-grade the Air Force Primary Standards Laboratory (AFPSL) Primary Vacuum Gage Calibration System with the MKS Instruments part number VGCS-200. The computer hardware and software up-grade shall operate in manual, automatic and semi-automatic modes. Purchase requirements include a three year extended warranty, functional and software orientation training, manuals, and software test plan and test report. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subparts 12.6 and 13, as supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circulars 2005-16 and DAC 91-13, DFARS Change Notice (DCN) 20070327. This announcement constitutes the only solicitation. A written request for quotation (RFQ) will not be issued. It is the offeror's responsibility to monitor this site for the release of amendments (if any). The RFQ number is FY2333-07-Q-0008 and shall be referenced on any offer submitted. The North American Industry Classification System (NAICS) code for this acquisition is 334513 and the small business size standard is 500 employees. This is an unrestricted soliticitation with full and open competition. Requirement is for one computer and software upgrade for AFPSLs Primary Vacuum Gage Calibration System with the MKS Instruments part number VGCS-200 that shall be in accordance with (IAW) attached documents: Purchase Description 07M-209A-VA Rev. 5, dated 23 February 2007, three year extended warranty, training, and data, i.e. DD1423s, DD1664s, and Data Item Descriptions. The Purchase Description and requirements for data delivery and data content requirements list are available for download at this site. Items offered shall be commercially available. In addition, the document titled ?USAF Standard Desktop Configuration (SDC) Application Development Requirements? is attached to the purchase description and shall be quoted seperately. Therefore, the CLIN structure for this combined synopsis solicitation shall be CLIN 0001 ? Primary Vacuum Gage Calibration System Upgrade IAW purchase description 07M-209A-VA Rev. 5, dated 23 February 2007 with a normal, system requirements only software desktop configuration; CLIN 0002 - Primary Vacuum Gage Calibration System Upgrade IAW purchase description 07M-209A-VA Rev. 5, dated 23 February 2007 with the USAF Standard Desktop Configuration (SDC); CLIN 0003 ? Data requiremets IAW DD1423 forms and associated Data Item Descriptions (DIDs); CLIN 0004 ? Extended Three Year Warranty; and CLIN 0005 ? On site installation and software orientation. All offers shall be IAW with this CLIN structure and all offerors shall submit their CLIN prices using the uploaded document Schedule B as found on this web-site. Delivery and installation of the hardware and software shall be due 150 days after receipt of award notification; and delivery of data requirements shall be IAW DD Forms 1423 and 1664. All items are to be delivered to AFMETCAL Det1, Heath, OH. Acceptance testing is required and is to be completed within 45 days after receipt and installation at AFMETCAL DET 1. Invoices shall not be submitted in WAWF until the items have been approved for AFPSL use by passing acceptance testing. The following clauses apply to this acquisition and are incorporated by reference: FAR 52.212-1, Instruction to Offerors ? Commercial Items (Sep 2006); FAR 52.212-2, Evaluation ? Commercial Items (Jan 1999) (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: 1) technical acceptability - the capability of the item offered to meet the Government requirement as stated in the purchase description and 2) price, AFMETCAL will review offers to make a dermination as to which software configuration (CLIN 0001 or CLIN 0002) to award; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Nov 2006), with Alternate I, offers shall complete only paragraph (K) of this provision if the offeror has completed the annual representations and certifications electronically at http:// ORCA.bpn.gov. Offerors are responsible and shall verify and update if needed ORCA and CCR so that information is accurate and current. FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2007); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Mar 2007); FAR 52.222-19, Child Labor ? Cooperation with Authorities and Remedies (Jan 2006); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Mar 2007), DFARS 252.225-7000, Buy American Act - Balance of Payments Program Certificate (Jun 2005); DFARS 252.225-7001, Buy American Act ? Balance of Payments Program (Jun 2005); DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items (Jun 2005); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 2007); DFARS 252.211-7003, Item Identification and Valuation (Jun 2005); DFARS 252.232-7003, Electronic Submission of Payment Requests (Mar 2007), i.e. use of Wide Area Workflow (WAWF) for invoices and receiving reports is mandatory; DFARS 252.227-7015, Technical Data - Commercial Items (Nov 1995); AFMC 5352.215-9006, Intent To Incorporate Contractors Technical Proposal (Aug 1998) with change of ?SOW? to read ?Product Description (PD)? in 5352.215-9006(b); and AFFARS 5352.201-9101, Ombudsman (Aug 2005) When appropriate, potential offerors may contact Ombudsman Alan Mathis, WR-ALC/XR at 478-926-4028. To view provisions and clauses in full text see website (http://farsite.hill.af.mil). This acquisition is contingent upon the availability of funds. All offerors shall provide with their quotation, a copy of their commercial warranty, any descriptive literature, brochures, and technical proposal. Offerors shall submit sufficient technical literature, documentation, etc., in order for the Government to make an adequate technical assessment of all items proposed. Technical evaluation and approval of the proposed items by AFMETCAL is required before an award is made. Award will be based on technical acceptability and price. Technical acceptability will be determined solely on the content and merit of the information submitted in response to this request for quote. The technical response shall include a written line-by-line response to each paragraph number of the purchase description. Each response shall be specific and detailed enough to allow full evaluation of the material being offered and its capabilities. A simple statement of compliance is not acceptable. Where the technical literature demonstrates that the proposed item meets the requirement of a specific purchase description paragraph you may reference that page and paragraph of the technical literature in your technical response in lieu of restating it. Submit your best competitive offer as award may be made on initial offers without discussions. Offers shall be valid for no less than 90 days from the date submitted. The government reserves the right to limit the number of offers reviewed for efficiency purposes. The offer must: (1) be for the material described in the purchase description; (2) be FOB Destination to this agency; (3) include a delivery schedule and discount payment terms; (4) include a copy of commercial price list; (5) include name of and be signed by an authorized company representative along with telephone number and facsimile number; (6) include their taxpayer identification number (TIN), CAGE Code Number and DUNS Number, (7) include a technical proposal, and (8) include the prices for hardware and software up-grade with installation and training, three year extended warranty, and data requirements using Schedule B as posted with solicitation on this website This will be a DO-A70 rated order. Offers are due by 11 May 2007 at 4:00 PM EST to: Bruce Thompson, AFMETCAL Det 1/GBKA, Contracting, 813 Irving-Wick Dr W, Bldg. 2, Heath OH 43056-6116. Facsimile submissions to 740-788-5157 are permissible with the follow-up of an original sent by mail or submited by email to Bruce. Thompson@afmetcal.af.mil. Any offer or modifications to the offer received after the exact time specified for receipt of offers/quotes may not be considered. All contractors must be registered in the Central Contractor Registration (CCR) Database and put their reps and certs in the ORCA website at http://ORCA.bpn.gov. All responsible sources may submit an offer, which shall be considered by this agency.
- Record
- SN01274226-W 20070418/070416220538 (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 |