Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 08, 2008 FBO #2355
SOLICITATION NOTICE

66 -- Four Terminal Capacitance Standards

Notice Date
5/6/2008
 
Notice Type
Modification/Amendment
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 562 CBSSS GBKA (AFMETCAL), 813 Irving Wick Dr. W. Bldg 2, Heath, Ohio, 43056-6116
 
ZIP Code
43056-6116
 
Solicitation Number
FY2333-08-Q-0006
 
Point of Contact
Bruce E Thompson, Phone: 740-788-5046, Becky A Smith,, Phone: 740-788-5044
 
E-Mail Address
Bruce.Thompson@afmetcal.af.mil, rebecca.smith@afmetcal.af.mil
 
Small Business Set-Aside
N/A
 
Description
6 May 2008 - Closing date extended to 20 May 2008, 5:00PM EST. This combined synopsis solicitation will be the only public solicitation issued. AFMETCAL, 562d CBSG OMP, Heath OH intends to award a firm fixed price purchase order under Simplified Acquisition Procedures (SAP) for Four Terminal Capacitance Standards with one year commercial warranties, associated data, and certifications as prescribed below. This combined synopsis solicitation for commercial items is prepared in accordance with the Federal Acquisition Regulation (FAR) subparts 12.6 and 13 and supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24 and DAC 91-13 DFARS Change Notice (DCN) 20080331. This announcement constitutes the only solicitation. Quotes are being requested and hardcopy written request for quotes (RFQ) will not be issued by AFMETCAL. It is the responsibility of the offeror to monitor this site for release of amendments and modifications (if any). The RFQ number is FY2333-08-Q-0006 and shall be referenced on any offer and correspondence submitted. The North American Industry Classification System (NAICS) code for this acquisition is 334515 and the business size standard is 500 employees. This anticipated procurement is being solicited as unrestricted with full and open competition. The requirement is for 1 set, which is a total of 45 each, Four Terminal Capacitance Standards in accordance with (IAW) Purchase Description 08E-129A-DC (Rev 5) dated 5 March 2008 with a standard commercial warranty of at least 1 year, accessories IAW Purchase Description paragraph 5.5, data requirements and calibration certifications IAW DD Forms 1423 and 1664, and the associated Data Item Description. The purchase description, data requirements, and associated documents are available for download at this site. Items offered shall be commercially available. All items shall be delivered FOB destination to AFMETCAL Heath OH 43056 and all units will undergo an acceptance testing period not to exceed 45 days after receipt by AFMETCAL. Delivery of the Four Terminal Capacitance Standards are due 120 days after receipt of award notification. Invoices may not be submitted in Wide Area Work Flow (WAWF) until the Four Terminal Capacitance Standards have passed acceptance testing and instructions for submitting Receiving Reports and Invoices in WAWF will be included in the award. Current versions of the following clauses apply to this acquisition and are incorporated by reference: FAR 52.212-1, Instructions to Offerors Commercial Items. FAR 52.212-2, Evaluation-Commercial Items. (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 fully meet the Government requirements as stated in the purchase description and 2) Price. All offerors shall provide with their quotation a technical proposal, a copy of the commercial warranty, and any descriptive literature or brochures. Offerors shall submit sufficient technical literature, documentation, specifications, etc. in order for the Government to make a complete technical assessment. 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 shall include without exception a written line-by-line response to each paragraph, subparagraph, table, diagram, parameter, and specification in the purchase description. The technical proposal shall be specific and detailed without the need for additional data or clarification after receipt. Written responses to the purchase description shall allow full evaluation of the equipment being offered compared to the purchase description requirements. Where the technical literature demonstrates that the proposed unit meets the requirement of a specific requirement of the purchase description you may reference that page and paragraph of the technical literature in lieu of restating it. FAR 52.212-3 Offeror Representations and Certifications Commercial Items with Alternate I. Each offeror shall include a completed copy of this provision. Offerors shall complete only paragraph (l) 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 (k) of this provision and shall update the ORCA website. 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. Deviation FAR 52.219-1 Small Business Program Representations. FAR 52-219-28 Post-Award Small Business Program Representation. 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, Veterans of the Vietnam Era, and Other Eligible Veterans. FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country. DFARS 252.211-7003 Item Identification and Valuation. DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. DFARS 252.225-7014 Preference for Domestic Specialty Metals. DFARS 252.225-7035 Buy American Act--Free Trade Agreements--Balance of Payments Program Certificate. DFARS 252.227-7015 Technical Data Commercial items. DFARS 252.232-7003 Electronic Submission of payment request. Use of Wide Area Work Flow (WAWF) for invoicing and receiving reports is required. AFMC FARS 5352.215-9006 Intent to Incorporate Contractors Technical Proposal. AFFARS 5352.201-9101 Ombudsman. 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 at least 90 days. The Government intends to evaluate offers and issue an award without discussions with offerors. Therefore initial offers should contain the offerors best terms from a price and technical standpoint. 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 3) include a delivery schedule and discount payment terms 4) include a copy of the commercial price list 5) include the name and be signed by an authorized company representative along with telephone number and facsimile number 6) include taxpayer identification number 7) include Government vendor cage code number 8) include a DUNS number 9) include a technical proposal as instructed in this combined synopsis solicitation 10) include FAR 52.212-3 Reps and Certs and with ORCA currently up to date 11) include a copy of the one year commercial warranty 12) include unit pricing on line items that may be separately priced (for example the Four Terminal Capacitance Standards, warranties, data, calibration certificates, accessories etc.). This will be a DO-A7 rated order. Offers are due by 20 May 2008 at 5:00 PM EST. Offers shall be post marked, stamped and dated, no later than the due date and mailed to: 562d CBSG, AFMETCAL OMP, Contracting Attn Bruce Thompson, FY2333-08-Q-0006 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 by email to Bruce.Thompson@afmetcal.af.mil. Any offer or modifications of an offer received after the exact time specified for receipt of offers may not be considered. All contractors must be currently registered in the Central Contractor Registration (CCR) Database and have entered their current reps and certs in the ORCA website at http://ORCA.bpn.gov. All responsible sources may submit an offer, which if timely received, shall be considered by the agency.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=11b7668f226e8ad9dd3761d1fb0f3b5d&tab=core&_cview=1)
 
Record
SN01567886-W 20080508/080506221124-11b7668f226e8ad9dd3761d1fb0f3b5d (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.