Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2009 FBO #2863
SOLICITATION NOTICE

66 -- Force Balance - Drawings

Notice Date
9/24/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 MSG/LGC, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315
 
ZIP Code
80840-2315
 
Solicitation Number
F4BWN09253A0012
 
Archive Date
10/13/2009
 
Point of Contact
Christopher L. Wilson, Phone: 7193333600
 
E-Mail Address
christopher.wilson@usafa.af.mil
(christopher.wilson@usafa.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ Drawing 2 Drawing 1 This is a combined commercial synopsis/solicitation in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotations (RFQ); reference number F4BWN09154A007, in accordance with FAR Parts 12 & 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular, FAC 2005-36, Effective on August 11, 2009. ITEM DESCRIPTION: The USAF Academy, 10th CONS/LGCB has a requirement for a Force Balance meeting the following minimum specifications: 1. Minimum Capabilities a. Normal Force – 250 lbs b. Side Force – 125 lbs c. Axial Force – 50 lbs d. Pitching Moment – 400 in-lbs e. Yawing Moment – 100 in-lbs f. Rolling Moment – 100 in-lbs 2. Force balance must have an outside diameter of 0.75 inches. It must simultaneously and independently measure normal force, pitch moment, side force, yaw moment, roll moment and axial force. Nominal excitation will be 5 volts. Balance must be temperature compensated over a change of 100 degrees F. Overload safety factor must exceed 2:1 over full scale range for each individual component and 1.5:1 for simultaneous loading of all six components with no changes to sensitivity or zero offset with loads up to twice rated range. Combined non-linearity, hysteresis and non-repeatability cannot exceed 0.25% of full scale on any element. Balance must interface with sting currently in use with Task 0.75 inch balances. Calibration report and calibration body must be provided with the balance. Drawings of the sting to balance interface are attached. The North American Industrial Classification System (NAICS) number is 334519 and the business size standard is 500 employees. This acquisition is a 100% Small Business Set-aside. The shipping FOB for this RFQ is Destination. Quotations received with other than FOB Destination pricing will not be considered. Quotes must be received NLT 8:00 AM (MST), 28 September 2009, by e-mail at: christopher.wilson@usafa.af.mil. DFARS Clause 252.225-7001 Buy American Act, applies to this acquisition. Vendor must complete and submit Buy American Act Certificate with Quote. The provision at 52.212-1, Instructions to Offerors – Commercial Terms and Conditions apply to this acquisition. The provision at 52.212-2, Evaluation of Offers – Commercial applies. The Government will award a purchase order from this solicitation to the responsible offeror whose lowest priced quote fully conforms to the solicitation and represents the best value to the Government. The Government intends to make award without discussions but reserves the right to open discussions when necessary. Other FAR clauses that apply to this acquisition are FAR Clauses 52.212-3 -- Offeror Representations and Certifications -- Commercial Items; 52.212-4, Contract Terms and Conditions -- Commercial Items; 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items; and 52.232-18, Availability of Funds. DFARS Clauses that apply include 252.212-7001 (DEV), Contract terms and conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items (Deviation) (Jan 2007), applies to this acquisition with the inclusion of the following: 252.232-7003, Electronic submissions of Invoices (May 2006). The full text of all clauses may be accessed electronically at: www.arnet.gov. 5352.201-9101 OMBUDSMAN (AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the USAF Academy Ombudsmen, Kelly Snyder 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone number 719-333-2074 FAX 719-333-9018 Email: kelly.snyder@usafa.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/F4BWN09253A0012/listing.html)
 
Place of Performance
Address: USAFA, USAFA, Colorado, 80840, United States
Zip Code: 80840
 
Record
SN01969072-W 20090926/090925000828-32311f3ddea020806087b122db08977a (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.