Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2010 FBO #3059
SOLICITATION NOTICE

66 -- Probe Station with Camera - Requirements

Notice Date
4/8/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument 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
FA8601-10-T-0177
 
Archive Date
5/4/2010
 
Point of Contact
Kathy Majors, Phone: 9375224599
 
E-Mail Address
kathy.majors@wpafb.af.mil
(kathy.majors@wpafb.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Instructions to Offerors Requirements This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation to be issued for this requirement; quotations are being requested and no written solicitation will be issued. The solicitation number is FA8601-10-T-0177 issued as a Request for Quotations (RFQ) and is conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38, 10 December 2009. This acquisition is issued as FULL AND OPEN COMPETITION. The associated North American Industry Classification System (NAICS) code is 334516. Size standard is 500 employees. This RFQ has two line items for which the specifics are further defined on attached minimum requirements: 0001: Probe Station 0002: Camera System Contractor shall furnish all necessary personnel, facilities, materials and services to fabricate and deliver the item listed above. Quotations shall be accompanied by a completed FAR 52.212-3, Representations and Certifications (August 2009), and adhere to FAR 52.212-1. Contract financing is NOT provided for this acquisition. Quotation must identify payment terms as Net 30. The Government intends to award one firm fixed price (FFP) purchase order resulting from this solicitation to the responsible offeror(s) whose quote is the lowest price technically acceptable. The Government intends to award without discussions and the Government reserves the right not to make an award at all. 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. Quotations may be in any format but must include requirements found in the 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 all requirements listed in the Minimum Requirements, attachment 3, hereto. Quotation 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. The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: 52.212-1, Instructions to Offerors Commercial Items (June 2008) Fill-ins for above referenced clause: Subparagraph (c) is changed to 60 days Subparagraph (e) is deleted and marked as restricted 52.212-2, Evaluation - Commercial Items Fill-in for above referenced clause: Subparagraph (a) "...The following factors shall be used to evaluate offers: Technical acceptability Price Technical acceptability has to be met as the primary evaluation factor, with price being the secondary evaluation factor once technical is met. 52.212-3, Contractor Representations and Certifications (Aug 2009); 52.222-22, Previous Contracts and Compliance Reports (Feb 1999); 52.222-25, Affirmative Action Compliance (Apr 1984); 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998); The following Federal Acquisition Regulation clauses, either by reference or full text, apply to this acquisition: 52.212-4 Contract Terms and Conditions - Commercial Items (Mar 2009); 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Aug 2009) (The clauses that are check marked as being applicable to this purchase are: - 52.219-6 Notice of Total Small Buisness Set-Aside (June 2003) - 52.219-28 Post-Award Small Business Program Rerepresentation (Apr 2009); -52.222-3 Convict Labor (June 2003); - 52.222-21 Prohibition of Segregated Facilities (Feb 1999); - 52.222-26 Equal Opportunity (Mar 2007); - 52.222-36 Affirmative Action for Workers with Disabilities (June 1998); - 52.222-50 Combating Trafficking in Persons (Feb 2009); - 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003) - 52.233-3 Protest After Award (Aug 1996); - 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) [end fill in for 52.212-5]; 52.252-2 Clauses Incorporated by Reference (Feb 1998) (the fill in portion of this clause is: http://farsite.hill/af/mil); and The following DFARS Clauses, either by reference or full text, apply to this acquisition: 252.204-7003 Control of Government Personnel Work Product (Apr 1992); 252.204-7004 (Alt), Required Central Contractor Registration (Sep 2007); 252.212-7001 Contract Terms and Conditions Required Implementing Statues or Executive Orders--Commercial Items (Jul 2009): [The clauses that are check marked as being applicable to this purchase are: - 252.232-7003, Electronic Submission of Payment Requests (Mar 2008); and [end fill in for 252.212-7001]; The following AFFARS Clauses, either by reference or full text, apply to this acquisition: 5352.201-9201, Ombudsman (Aug 2005). [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.] [end fill in for 5352.201-9201]. 5352.223-9001 Health and Safety on Government Installations (Jun 1997) The following Clauses, in full text, will be included in resultant award: 88 CONS G-001 WAWF Electronic Invoicing Instructions 88 CONS H-002 Delivery Procedures Commercial Vehicles STMNT NBR 12 Antiterrorism (AT) Awareness Training Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. Attachments to the announcement: 1. FAR 52.212-3, Representations and Certifications - August 2009 (Return with quotation) or register in ORCA, website provided in clause. 2. Minimum Requirements Quotations AND completed representations and certifications are due by 2:00pm (EST), Monday, 19 April 2010 to: Kathy Majors, 88 CONS/PKBB Fax is 937-656-1412 (ATTN: Kathy Majors). E-mail is: Kathy.Majors@wpafb.af.mil. Mailing Address: ATTN: Kathy Majors 88 CONS/PKBB 1940 Allbrook Drive, Suite 3 Wright-Patterson AFB OH 45433 Questions should be directed to Kathy Majors at Kathy.Majors@wpafb.af.mil or 937-522-4599.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-10-T-0177/listing.html)
 
Place of Performance
Address: Wright-Patterson AFB, Dayton, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02116557-W 20100410/100408235140-7d51859889d72b557a497eef67c62263 (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.