Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2007 FBO #1997
MODIFICATION

66 -- Portable Hydraulic Gauge Calibrator PHGC

Notice Date
5/14/2007
 
Notice Type
Modification
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
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-0024
 
Response Due
5/23/2007
 
Archive Date
2/25/2008
 
Point of Contact
Glenna Pound, Contracting Officer (Location Admin), Phone 740-788-5043, Fax 740-788-5157, - Carol Zigan, Contract Specialist, Phone 740 788 5042, Fax 740 788 5157,
 
E-Mail Address
glenna.pound@afmetcal.af.mil, Carol.Zigan@afmetcal.af.mil
 
Description
THe date for receipt of offers is extended to 23 May 2007 at 4:30 PM.EST................................................................................................................................This is a combined synopsis solicitation no other solicitation will be issued. AFMETCAL 562 CBSSS GBKA at Heath OH intends to award a firm fixed price purchase order under Simplified Acquisition Procedures (SAP) for the purchase of a Portable Hydraulic Gauge Calibrator with a Five year extended warranty, operation and maintenance manuals and equipment failure information reports, acceptance test plan and calibration procedure and calibration certificates. 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 Circular 2005-16 and DAC 91-13 DFARS Change Notice (DCN) 20070327. This announcement constitutes the only solicitation. Quotes are being requested and 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-0024 and shall be referenced on any offer submitted. The North American Industry Classification System (NAICS) code for this acquisition is 334516 and the business size standard is 500 employees. This quotation is being solicited as unrestricted. Offerors are requested to provide pricing for 151 units. It is anticipated that 46 units will be purchased in FY 07 with an FY 08 option for up to 48 units and and FY 09 option for up to 47 units and an FY 10 option for up to 10 units. The best estimate is that a total of 141 units will be ordered however there is no guareentee that an option will be exercised. The units must meet the requirements of Purchase Description 07M-216A-PR Rev 2 dated 11 Apr 2007, with a Five-year extended warranty and data in accordance with DD 1423 and DD 1664. The Purchase Description and requirements for data delivery on contract data requirements list and warranty description are available for download at this site. Products offered shall be commercially available. Delivery of the first production quantity of 3 each shall be due 120 days after receipt of award notification and continue at a rate of a min of 2 max of 4 units 30 days after acceptance of the first production units and continue at that rate every 30 days thereafter until complete. Accelerated delivery is not permitted unless authorized by the contracting officer. The first production units will be shipped to AFMETCAL in Heath Ohio. Remaining units will be shipped to Precision Measurement Equipment Laboratories throughout the US. Delivery shall be FOB destination. Contingent upon the availability of funds, delivery of option quantities up to 4 each will be due 30 days after completion of CLIN 0001 basic quantity or 120 days after exercise of option whichever is later and continue at that rate every 30 days thereafter until all units are delivered. The first production acceptancetesting of the first 3 units will begin when the units are delivered and will be completed with 60 after receipt at AFMETCAL in Heath Ohio. Acceptance testing of the remiaing units will be completed with 45 days after receipt at AFMETCAL and PMEL Locations. Invoices may not be submitted in WAWF until the unit has passed acceptance testing. Offerors will be required to provide pricing for a total of 151 units. Please include any quantity break discounts. Notice as part of a test for standardizing and automating the distribution of test equipment specifications we REQUIRE offerors to put equipment specifications in the format provided by the SPEC TRACK software. This software is available at no cost to offerors. Please contact Glenna Pound at (740) 788-5043 or via email at Glenna.Pound@afmetcal.af.mil for your copy of this software. The following clauses apply to this acquisition and are incorporated by reference: FAR 52.212-1 Instructions 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. Capability of the item offered to meet the Government requirements as stated in the purchase description and 2. Price. All offeror's shall provide with their quotation, descriptive literature, brochures, and/or technical proposal response. Offerors must submit sufficient technical literature, documentation, etc., in order for the Government to make an adequate technical assessment of the proposed unit. Award will be based on technical acceptability (acceptable or not acceptable) and then 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 proposal response shall include a written line-by-line response to each paragraph number of the purchase description and include an 8X10 photograph of the proposed unit and a calibration procedure. A measurement uncertainty analysis shall be provided following the ISO Guide to Uncertainty in Measurement (GUM) and NIST TN 1297. This uncertainty analysis shall include, at a minimum, the uncertainty contributions from: transducer precision, transducer stability, temperature effects, and calibration of the PHGC. If there are other significant uncertainties, they shall also be included in this analysis. If a routine ?zero calibration? (adjustment for natural transducer drift) is required in order to meet the requirements of 3.3.1.2, this must be stated explicitly along with its frequency. Proposals shall include OEM specs and documentation for the cases. Each item response is to be specific and detailed enough to allow full evaluation of the equipment being offered and its capabilities. A simple statement of compliance is not acceptable. Where the technical literature demonstrates that the proposed unit 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. Each offeror shall include a completed copy of the provisions at FAR 52.212-3 Offeror Representations and Certifications?Commercial Items (Nov 2006), with Alternate I .Offerors shall complete only paragraph (k) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov . If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (j) of this provision, FAR 52.212-4 Contract Terms and Conditions?Commercial Items (Sep 2005) and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items (Nov 2006) deviation (Nov 2006), FAR 52.219-8, Utilization of Small Business Concerns, FAR 52.219-9 Small Business Subcontracting Plan (Sep 06), FAR 52.222-19, Child Labor?Cooperation with Authorities and Remedies (Jan 2006), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Apr 2002), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 252.225-7020, Trade Agreements Certificate (Jan 2005), DFARS 252.212-7000, Offeror Representations and Certifications?Commercial Items (Jun 2005), DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (Oct 2006), DFARS 252.211-7003, Item Identification and Valuation (Jun 2005), DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2007), DFARS 252.225-7014, Preference for Domestic Specialty Metals, DFARS 252.227-7015 Technical Data?Commercial items (Nov 95), 252.232-7003 Electronic Submission of payment request (May 2006), DFARS 252.232-7009, Mandatory Payment by Government-wide Commercial Purchase Card (Dec 2006), 5352.215-9006 Intent to Incorporate Contractor?s Technical Proposal(AFMC) (AUG 1998), 5352.201-9101 Ombudsman (AFMC) (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 offers must be valid for a period of 90 days. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror?s initial offer should contain the offeror?s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The government reserves the right to limit the number of offers reviewed for award, for efficiency purposes. The offer must: (1) be for the item described in the purchase description, (2) be FOB Destination to this agency, (3) include a delivery schedule and discount/payment terms, (4) include 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 that follows the PD line by line, with an 8X10 picture of the unit and a calibration procedure., (8) Include a statement of compliance with extended 5 year warranty, (9) Include a copy of subcontracting plan if applicable, (10) Be sure to include pricing for option year quantities. The option may be exercised anytime from date of award up through 30 Sep 2010. Clins should be prices as follows: Clin 0001unit 46 ea clin 0002 data, clin 0003 warranty, clin 0004 FY 08 1-48 clin 0005 data 1-48 clin 0006 warranty 1-48 clin 0007 FY 09 1-47 clin 0008 data 1-47 clin 0009 1-47 warranty, clin 0010 FY10 1-10 clin 00011 data 1-10 clin 0011 warranty 1-10. (11) include FAR 52.212-3 reps and certs and be sure ORCA and CCR are current. This will be a DO-A7 rated order. Offers are due by 23 May 2007 at 4:30 PM EST to: Glenna Pound, 562 CBSSS/GBKA (AFMETCAL) 813 Irving-Wick Dr W, Bldg. 2, Heath OH 43056-1199. Facsimile submissions to 740-788-5157 are permissible with the follow-up of an original sent by mail or submit by email to Glenna.Pound@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 must put their reps and certs in the ORCA website at http://ORCA.bpn.gov. Please throughly read all documents that have been uploaded. The manuals must have a detailed illistrated parts breakdown. All responsible sources may submit an offer, which shall be considered by this agency.
 
Record
SN01294020-W 20070516/070514220454 (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.