Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 18, 2009 FBO #2885
SOLICITATION NOTICE

34 -- Wire Bonder - Solicitation Attachments

Notice Date
10/16/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333992 — Welding and Soldering Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 88 CONS/PK, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FE230092030115
 
Archive Date
11/14/2009
 
Point of Contact
Jennifer LaShawn Nalls, Phone: 937-522-4566
 
E-Mail Address
jennifer.nalls@wpafb.af.mil
(jennifer.nalls@wpafb.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment #2 - 52.212-1, Instructions to Offerors Attachment #1 - Specifications Document This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Requirements (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation will not be issued. The solicitation number for this requirement is FE230092030115 and is hereby issued as a Request for Quote (RFQ) using FAR Subpart 13.1 Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36, 10 Sep 09, and includes Class Deviation 2009-O0011. This acquisition is 100% SET ASIDE FOR SMALL BUSINESS. Competition is restricted to Small Businesses. The associated North American Industry Classification System (NAICS) code is 333992 with a size standard of 500 employees. NOTE: The Non-Manufacturer's Rule applies to this acquisition, which means, only a Small Business Manufacturer or a Small Business providing the product of another Small Business Manufacturer is eligible to respond to this solicitation. Small Businesses capable of meeting the minimum requirements and who meet the above Non-Manufacturing Rule requirement are eligible to submit a quotation. The 88th Contracting Squadron, Wright-Patterson Air Force Base, Ohio intends to award a firm-fixed-price contract for the following requirement: CLIN 0001 : WIRE BONDER EXTENDED DESCRIPTION : The contractor shall provide all management, labor, tools, equipment, transportation, materials, and parts necessary to provide a deep access, long reach wire bonder that can operate as a Ball, Wedge, Bump or Peg bonder as set forth in the Specifications Document and resulting contract. The Specifications Document is attachment #1 to this combined synopsis/solicitation. Quotations may be in any format but must include requirements found in the attached FAR 52.212-2, Instructions to Offerors, including: proposing company's name, address and phone; point of contact's name, phone, and email; quotation date; quotation number; total price; identify any discounts; how long the quote is valid (minimum of 60 days); lead time after receipt of order; and warranty information. Quoted price shall be FOB DESTINATION. Delivery location is Wright-Patterson Air Force Base, Ohio. Quotations MUST contain a complete description of item offered to clearly show item meets or exceeds the requirements listed in the Specifications Document. Quotations shall provide a point-by-point comparison to each item listed in the minimum requirements. A general overview, general comparison, or statement such as "able to provide the requirements" or "meets or exceeds minimum requirements" is unacceptable and will not be evaluated for potential acceptance. Quotations shall be accompanied by a completed FAR 52.212-3, Representations and Certifications, or indicate it is available at the Online Representations and Certifications Application (ORCA) website. Contract financing is NOT provided for this acquisition. No advance payments will be made. The Government intends to award one firm fixed price (FFP) purchase order resulting from this solicitation to the responsible offeror(s) whose quote provides the best value to the Government in accordance with FAR 52.212-2, Instructions to Offerors as outlined in the provisions below. The Government intends to award without discussions and the Government reserves the right not to make an award at all. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the Central Contractor Registration. By submitting a quote, the offeror acknowledges the requirement that a potential awardee must be registered in the Central Contractor Registration (CCR) prior to award. To register you may call 1-888-227-2423 or apply via the Internet at http://www.ccr.gov. In Accordance with DFARS 252.232-7003, Invoicing and payments must be made utilizing the Wide Area Work Flow (WAWF) - To register and submit invoice go to https://wawf.eb.mil. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. Minimum insurance required for work on Government property is as listed in FAR 28.307-2. No telephonic quotes will be processed; however, e-mail, fax and hardcopy quotes are acceptable. If hardcopy is provided, two copies must accompany the original. Be advised that all correspondence sent via e-mail shall contain a subject line entitled FE230092030115, Wire Bonder. Note that e-mail filters at Wright-Patterson are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe or.zip files). Therefore, if this subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that.zip or.exe files are not allowable attachments and may be deleted by the e-mail filters at Wright-Patterson Air Force Base. CLAUSES AND PROVISIONS: It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. The following provisions and clauses are incorporated by reference : 52.204-6, Data Universal Numbering System (DUNS) Number 52.212-4, Contract Terms and Conditions-Commercial Items 52.219-6, Notice of Total Small Business Set-Aside 52.222-22, Previous Contracts and Compliance Reports 52.222-25, Affirmative Action Compliance 52.247-34 FOB Destination 252.204-7004 (Alt), Required Central Contractor Registration 252.225-7002, Qualifying Country Sources as Subcontractor 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances The following provisions and clauses are incorporated in full text: 52.212-1, Instructions to Offerors: [subparagraph (c) is changed to 60 days and subparagraph (e) is deleted and marked as reserved] 52.212-2, Evaluation Factors: [The evaluation factors for the fill-in portion of this provision will be handled in accordance with FAR 13.106-1 and 13.106-2. Evaluation criteria will be technical and price. Technical criteria will be pass or fail. Quote must clearly show that item offered meets all requirements included in the Specifications Document attached to this Request for Quotation.] Technical capability is approximately equal to price in the evaluation of the quotation. Award will be based on the best value to the Government. 52.212-3, Offeror Representations and Certifications- (Offeror must complete the representation and certifications and submit with offer. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items. The clauses that are check marked as being applicable to this purchase are as follows: -52.219-6 Notice of Total Small Business Set-Aside ; - 52.222-3 Convict Labor; - 52.222-19 Child Labor Cooperation with Authorities and Remedies; - 52.222-21 Prohibition of Segregated Facilities; - 52.222-26 Equal Opportunity; - 52.222-35 Equal Opportunity for Special Disabled Veterans; - 52.222-36 Affirmative Action for Workers with Disabilities; - 52.222-37 Employment Reports on Special Disable Veterans; - 52.225-13 Restrictions on Certain Foreign Purchases; and - 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration 52.219-28, Post Award Small Business Program Representation 52.233-3, Protest After Award 52.252-1, Solicitation Provisions Incorporated by Reference-(the fill in portion of this clause is: http://farsite.hill.af.mil) 52.252-2 Clauses Incorporated by Reference (the fill in portion of this clause is: http://farsite.hill.af.mil) 252.211-7003, Item Identification and Valuation 252.212-7000, Offeror Representations and Certifications-Commercial Items 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items: The clauses that are check marked as being applicable to this purchase are as follows: - 252.225-7001, Buy American Act and Balance of Payments; - 252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payments Program; - 252.232-7003, Electronic Submission of Payment Requests; and - 252.247-7023, Transportation of Supplies by Sea 5352.242-9000, Contractor Access to Air Force Installations 5352.201-9101, Ombudsman- [The fill in portion of this clause is: Center/MAJCOM ombudsmen: Mr. Howard E. Marks, Jr., ASC/AQH, 1755 Eleventh Street, B570, Room 101, Wright-Patterson AFB OH 45433-7404, Telephone: 937-255-8642, Email: howard.marks@wpafb.af.mil.] H-002 Contractor Notice Regarding Base Access STMNT NBR 12 Antiterrorism (AT) Awareness Training G-001 Wide Area Workflow END OF PROVISIONS AND CLAUSES Quotations must be received by this office no later than 30 Oct 09 at 0900 EST. If hard copies are submitted, two copies must accompany the original. Please refer any questions and/or concerns to the point of contact (POC). The POC for this requirement is TSgt Jennifer Nalls; she can be contacted at (937)-522-4566 or at jennifer.nalls@wpafb.af.mil. Attachment 1 Specifications Document Attachment 2 52.212-1 Instructions to Offerors
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FE230092030115/listing.html)
 
Place of Performance
Address: Wright-Patterson Air Force Base, Dayton, Ohio, 45406, United States
Zip Code: 45406
 
Record
SN01987244-W 20091018/091016235518-46579b01cac1671c1e6245a19546f63c (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.