Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 16, 2010 FBO #3065
SOLICITATION NOTICE

66 -- Vertical Force Calibration Press - Pricing Worksheet

Notice Date
4/14/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 562 CBSG OMP (AFMETCAL), 813 Irving Wick Dr. W. Bldg 2, Heath, Ohio, 43056-6116, United States
 
ZIP Code
43056-6116
 
Solicitation Number
FA2263-10-Q-0022
 
Archive Date
5/31/2011
 
Point of Contact
Becky A Smith, Phone: 740-788-5044, Glenna F Pound, Phone: 740-788-5040
 
E-Mail Address
rebecca.smith@afmetcal.af.mil, glenna.pound@afmetcal.af.mil
(rebecca.smith@afmetcal.af.mil, glenna.pound@afmetcal.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Drawing No. 3 Drawing No. 2 Drawing No. 1 DD Form 1423, Data Item Requirement for the Force Exchange Kit 100,000 lbf Load Cell DDForm 1423, Data Item Requirement for the Force Exchange Kit DD Forms 1423, Data Item Requirement for Vertical Force Calibration Press Data Requirements attachment to Purchase Description The Purchase Description for the Vertifical Force Calibration Press, the Force Exchange Kit, and the Force Exchange Kit 100,000 lbf Load Cell. Our Five Year Warranty Statement Worksheet used to price your items for inclusion with your proposal This is a combined synopsis solicitation and no written solicitation will be issued. 100% SMALL BUSINESS SET-ASIDE. AFMETCAL 562 CBSG/OMP at Heath OH intends to award a firm fixed price purchase order under Simplified Acquisition Procedures (SAP) for the purchase of the following items: Vertical Force Calibration Press, Force Exchange Kit, and Force Exchange Kit 100,000 lbf Load Cell with technical manuals and other data as stated on the DD Form 1423s and AFMETCAL/ML-Five year extended warranty. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subparts 12.6 and 13, as supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-39 and DAC 91-13 DFARS Change Notice (DCN) 20100408. This announcement constitutes the only solicitation. Quotes are being requested and a written request for quotation (RFQ) will not be issued. It is the offeror's responsibility to monitor this site for the release of amendments (if any). The RFQ number is FA2263-10-Q-0022 and shall be referenced on any offer submitted. The North American Industry Classification System (NAICS) code for this acquisition is 334516 and the business size standard is 500 employees. This quotation is being solicited as 100% Small Business Set-Aside. Offeror's are requested to provide pricing as follows: Vertical Force Calibration Press for a total of 30 units; Force Exchange Kit for a total of 83 units; and Force Exchange Kit 100K Load Cell for a total of 14 units. It is anticipated that 14 Vertical Force Calibration Press units will be purchased in FY 10 with a FY 11 option for up to 16 additional units; 36 Force Exchange Kits anticipated to be purchased in FY 10 with a FY 11 option for up to 47 additional units; and 8 Force Exchange Kit 100K Load Cells anticipated to be purchased in FY 10 with a FY 11 option for up to 6 additional units. The best estimate is that the anticipated FY 10 quantities will be ordered, however, there is no guarantee that the FY 11 option quantities will be exercised. The units must meet the requirements of Purchase Description 10M-249-FO dated 13 April 2010, with the AFMETCAL/ML-Five year extended warranty and data in accordance with DD 1423s. The Purchase Description (PD), warranty description, and requirements for data delivery on the contract data requirements list (DD Form 1423s) are available for download at this site. Please review all documents carefully and note TM8601 requires calibration procedures and an illustrated parts breakdown be included in the manuals. Products offered shall be commercially available. Delivery of the first production quantity of 1 each of the Vertical Force Calibration Press shall be due 180 days after receipt of award notification. Testing will be performed at the Air Force Primary Standards Laboratory (AFPSL) and be completed within 75 days after receipt. The remaining 13 units will become due within 120 days after notification of acceptance of the first unit at a rate of a minimum of 4 each and a maximum of 4 each due every 90 days until complete. These units will be direct shipped to Primary Measurement Equipment Laboratories (PMELs) and undergo testing there. Each PMEL will have 45 days to acceptance test their unit. Overseas PMEL units will be shipped to Heath OH. Accelerated delivery is not permitted unless authorized by the contracting officer. Delivery shall be FOB destination. Contingent upon the availability of funds, delivery of option quantities up to 16 each will be due 180 days after exercise of option or 30 days after completion of CLIN 0001 basic quantity of production units, whichever is later and continue at a rate of a minimum of 4 each and a maximum of 4 each every 90 days thereafter until all units are delivered. Invoices may not be submitted in WAWF until the units have passed acceptance testing. Offerors are required to provide pricing for a total of 30 units. Please include any quantity break discounts. Delivery of the first production quantity of 1 each of the Force Exchange Kit shall be due 180 days after receipt of award notification. Testing will be performed at the AFPSL and be completed within 60 days after receipt. The remaining 35 units will become due within 90 days after notification of acceptance of the first unit at a rate of a minimum of 6 each and a maximum of 6 each due every 30 days until complete. These units will all be shipped to AFMETCAL in Heath Ohio. Accelerated delivery is not permitted unless authorized by the contracting officer. Delivery shall be FOB destination. Contingent upon the availability of funds, delivery of option quantities up to 47 each will be due 180 days after exercise of option or 30 days after completion of CLIN 0004 basic quantity of production units, whichever is later and continue at a rate of a minimum of 6 each and a maximum of 6 each every 30 days thereafter until all units are delivered. Invoices may not be submitted in WAWF until the units have passed acceptance testing. Offerors are required to provide pricing for a total of 83 units. Please include any quantity break discounts. Delivery of the first production quantity of 1 each of the Force Exchange Kit 100,000 lbf Load Cell shall be due 180 days after receipt of award notification. Testing will be performed at the AFPSL and be completed within 60 days after receipt. The remaining 7 units will become due within 90 days after notification of acceptance of the first unit at a rate of a minimum of 2 each and a maximum of 3 each due every 30 days until complete. These units will all be shipped to AFMETCAL in Heath Ohio. Accelerated delivery is not permitted unless authorized by the contracting officer. Delivery shall be FOB destination. Contingent upon the availability of funds, delivery of option quantities up to 6 each will be due 180 days after exercise of option or 30 days after completion of CLIN 0007 basic quantity of production units, whichever is later and continue at a rate of a minimum of 2 each and a maximum of 3 each every 30 days thereafter until all units are delivered. Invoices may not be submitted in WAWF until the units have passed acceptance testing. Offerors are required to provide pricing for a total of 14 units. Please include any quantity break discounts. Offers shall be submitted on an ALL or NONE basis. Any offers received that are not for all of the items (Vertical Force Calibration Presses, Force Exchange Kits, and Force Exchange Kit 100,000 lbf Load Cells) will be considered as Nonresponsive to the solicitation requirements. Also, the Force Exchange Kit and the Load Cell must be delivered at the same time. The 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. Capability of the item offered to meet the Government requirements as stated in the purchase description and 2. Price. Award will be made to the responsible technically acceptable offeror who conforms to all of the solicitation requirements and has the lowest evaluated price. All offeror's shall provide with their quotation, descriptive literature, brochures, and technical proposal response. Offerors must submit sufficient technical literature, documentation, etc., in order for the Government to make an adequate technical assessment of the proposed unit. 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. Offerors who did not meet the technical requirements will not be considered for award. The technical proposal response shall include a written line-by-line response to each paragraph number of the purchase description. Each PD paragraph response is to be specific and detailed enough to allow full evaluation of the equipment being offered and its capabilities. A simple statement of compliance is not acceptable. Where the technical literature demonstrates that the proposed unit meets the requirement of a specific purchase description paragraph, you may reference that page and paragraph of the technical literature in your technical response 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 paragraphs (b) 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 (c) through (m) of this provision; 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 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.219-9 Small Business Subcontracting Plan; FAR 52.219-14 Limitations on Subcontracting; FAR 52.219-28 Post-Award Small Business Program Rerepresentation; 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 Veteran; DFAR 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; DFAR 252.211-7003 Item Identification and Valuation; DFAR 252.212-7000 Offeror Representations and Certifications - Commercial Items; DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFAR 252.225-7000 Buy American Act - Balance of Payments Program Certificate; DFAR 252.227-7015 Technical Data - Commercial Items; DFAR 252.232-7003 Electronic Submission of Payment Request and Receiving Reports; AFMC FAR 5352.215-9006 Intent to Incorporate Contractor's Technical Proposal (AFMC); AFFAR 5352.201-9101 Ombudsman - When appropriate, potential offerors may contact Ombudsman Crystal Hollifield, WR-ALC/PKC at Phone 478-222-1088, Fax 478-222-1121. To view provisions and clauses in full text see website (http://farsite.hill.af.mil). All offers must be valid for a period of 90 days. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, 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 items described in the purchase description, (2) be for ALL of the items, (3) be FOB Destination, (4) include a delivery schedule and discount/payment terms, (5) include copy of commercial price list, (6) include name of and be signed by an authorized company representative along with telephone number and facsimile number, (7) include taxpayer identification number (TIN), CAGE Code Number and DUNS Number, (8) include a technical proposal that follows the PD line-by-line, (9) include a statement of compliance with extended 5-year warranty, (10) include a copy of subcontracting plan if applicable, (11) be sure to include pricing for option year quantities, the option may be exercised anytime from date of award up through 30 September 2011, (12) include FAR 52.212-3 reps and certs and be sure ORCA and CCR are current. Available for download at this site is a pricing worksheet by contract line items which you should use to show pricing. This will be a DO-A7 rated order. Offers are due by 14 May 2010 at 4:00 PM EST to: Becky Smith, 562 CBSG/OMP (AFMETCAL) 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 submit by email to Rebecca.Smith@afmetcal.af.mil. Any offer or modifications to the offer received after the exact time specified for receipt of offers/quotes may not be considered. All contractors must be registered in the Central Contractor Registration (CCR) Database and must put their reps and certs in the ORCA website at http://ORCA.bpn.gov. All responsible sources may submit an offer, which if received timely shall be considered by this agency. NOTE - 100 percent Set Aside for Small Business
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFMETCAL/FA2263-10-Q-0022/listing.html)
 
Record
SN02122182-W 20100416/100414235505-f7d4c0dc6643e396982010f718582b3e (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.