Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 27, 2007 FBO #2069
SOLICITATION NOTICE

66 -- High Power Low Frequency Amplifer System

Notice Date
7/25/2007
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment 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-0033
 
Response Due
8/9/2007
 
Archive Date
9/30/2008
 
Description
AFMETCAL 562 CBSG at Heath OH intends to award a firm fixed price purchase order under Simplified Acquisition Procedures (SAP) for the purchase of one each High Power Low Frequency Amplifier System with a 5 year extended warranty and manuals in accordance with Contract Data Requirements List (DD Form 1423) and Data Item Description (DD Form 1664). 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 2005-18 and DAC 91-13 DFARS Change Notice (DCN) 20070531. 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-0033 and should be referenced on any offer submitted. The North American Industry Classification System (NAICS) code for this acquisition is 334220 and the business size standard is 750 employees. This quotation is being solicited as unrestricted. The requirement is for one each High Power Low Frequency Amplifier System in accordance with Purchase Description (PD) 07E-113A-RF Revision B, dated 21 July 2006 with a 5 year extended warranty (in accordance AFMETCAL/ML-05, 30 June 2004 Warranty Description (Worldwide)) and data in accordance with DD 1423 and DD 1664. The Purchase Description, requirements for data delivery on contract data requirements list and warranty description are available for download at this site. Items offered shall be commercially available. The unit is for delivery to 562 CBSSS/GBKA, Heath, OH. Delivery shall be 1 each due 180 days after receipt of notice of award. Delivery shall be FOB Destination. Acceptance testing is required and will be completed within 45 days after receipt at 562 CBSSS/GBKA. Invoices may not be submitted in Wide Area Work Flow (WAWF) until the unit has passed acceptance testing. 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 acceptability - The 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. Each item response is to be specific and detailed enough to allow full evaluation of the equipment being offered and it?s 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 and shall update the ORCA website as soon as possible, FAR 52.212-4 Contract Terms and Conditions?Commercial Items (Feb 2007) and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items (Jun 2007) deviation (Jun 2007), FAR 52.219-28, Post-Award Small Business Program Rerepresentation (Jun 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), FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), DFARS 252.225-7035, Buy American Act?Free Trade Agreements?Balance of Payments Program Certificate (Oct 2006), 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 (Apr 2007), DFARS 252.227-7015 Technical Data?Commercial items (Nov 95), DFARS 252.232-7003 Electronic Submission of payment request (Mar 2007) use of Wide area work flow for invoicing and receiving reports is required, 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). All offers must be valid for a period of 90 days. This will be a DO-A7 rated order. 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 and include FAR 52.212-3 reps and certs, and (8) include a statement of compliance with the 5 year extended warranty. Offers are due by 9 August 2007 at 4:00 PM EST to: Rebecca Smith, 562 CBSSS/GBKA, 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 rebecca.smith@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. All responsible sources may submit a response which, if timely received, shall be considered by the agency.
 
Record
SN01351903-W 20070727/070725221305 (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.