Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2009 FBO #2718
SPECIAL NOTICE

66 -- Universal Hydraulic Materials Tester

Notice Date
5/4/2009
 
Notice Type
Special Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities, 235 Byron St,, Warner Robins, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
F3QCCM9082A002
 
Archive Date
5/22/2009
 
Point of Contact
Ryan C. Byrd,
 
E-Mail Address
ryan.byrd@robins.af.mil
 
Small Business Set-Aside
N/A
 
Description
This is notice of the Government's intent to negotiate a sole source purchase order with Instron Inc; 825 University Avenue; Norwood, MA; under the authority of 10 U.S.C. 2304(c) (1) as implemented by FAR 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements, for Universal Hydraulic Tester. The contractor identified is the only known source and authorized provider of the 1000HDX Hydraulic Universal Testing Machine. The WR-ALC Physical Sciences Laboratory currently uses the SATEC Universal 200k machine. Recently Instron combined with SATEC and the Instron Universal 200k Testing Machine utilizes the SATEC testing frame. The current SATEC Universal Testing Machine has been utilized for mechanical strength testing of machined, forged, extruded, heat treated, and welded specimens for over 35 years at Robins AFB. In addition, unique fixtures for testing C-5B, C-130, C-17, and F-15 aircraft components have been developed and manufactured over the years at a cost of $150k to attach and conform to the existing Instron / SATEC 200k Universal Testing Machine. Also, Instron is the only known source of the Bluehill Materials Testing Software in which our operators are thoroughly trained on and familiar with already. This is not a competitive solicitation and quotes are not being requested. Any other responsible source capable of meeting the requirement may submit technical, delivery, pricing, and past performance data sufficient to determine capability. However, the determination to compete or not to compete this requirement is solely at the discretion of the Government. To be considered, any such documentation must be received NLT 7 May 2009, 12:00PM EST. Only electronic submissions will be accepted and no extensions will be granted. All respondents must be registered in the Central Contractor Registration (CCR), ORCA, and have a valid DUNS number, Cage Code, and Tax Identification Number. *NOTE 22 applies* PR: F3QCCM9082A002 NAICS: 334519 This solicitation incorporates provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-23 dated 26 Dec 2007. The following clauses are applicable to subject notice: 52.212-1 - Instructions to Offerors - Commercial (full text); 52.212-2 - Evaluation - Commercial Items (full text) - The evaluation factors shall be: Price and Price related factors, Conformance to performance specifications. 52.212-3 - Offeror Representations and Certifications - Commercial Items (full text). The rule is effective January 1, 2005. This final rule requires offerors to provide representations and certifications electronically via the BPN website; to update the representations and certifications as necessary, but at least annually, to keep them current, accurate and complete. The website is as follows: http://www.bpn.gov; 52.212-4 - Contract Terms and Conditions - Commercial Items (incorporated by reference); 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (full text). 52.222-26 - Equal Opportunity 52.223-5 - Pollution Prevention and Right-to-Know Information 52.232-33 - Payment by Electronic Funds Transfer 52.233-3 - Protest After Award 52.247-34 - F.o.b. Destination 52.252-2 - Clauses Incorporated by Reference. The full text of a clause may be accessed electronically at this/these address(es): Regulations URLS: (Click on the appropriate regulation.) http://farsite.hill.af.mil/reghtml/far/farltoc/htm http://farsite.hill.af.mil/reghtml/dfars/dfarltoc.htm http://farsite.hill.af.mil/reghtml/affars/affarltoc.htm http://farsite.hill.af.mil/reghtml/afmcfars/afmcltoc.htm 252.204-7004 - Required Central Contractor Registration 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Robins ZZ: Wide Area Workflow- Receipt and Acceptance (WAWF-RA) IAW 252.232-7003 Robins-1: Representation As To Inverted Domestic Corporation Status (Omnibus Appropriation Act, 2009, Division D, section 743) Questions will NOT be answered by telephone. Interested parties may submit information for consideration of their capabilities and qualifications to Mr. Ryan Byrd at ryan.byrd@robins.af.mil. No questions will be answered after the closing of this notice, 7 May 2009 (12:00PM EST).
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3cc373074fd06848d55dc0125b5492c2&tab=core&_cview=1)
 
Record
SN01808679-W 20090506/090504221345-3cc373074fd06848d55dc0125b5492c2 (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.