Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2010 FBO #3130
SOLICITATION NOTICE

66 -- Heater Tubes

Notice Date
6/18/2010
 
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-Q-P001
 
Archive Date
7/10/2010
 
Point of Contact
Ashley A. Pace, Phone: 9375224529
 
E-Mail Address
ashley.pace@wpafb.af.mil
(ashley.pace@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
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; proposals are being requested and a written solicitation will not be issued. The solicitation number is FA8601-10-Q-P001 and is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-42, effective 16 Jun 2010. This acquisition is being solicited using full and open competition and does not exclude any sources. The associated North American Industry Classification System (NAICS) code is 334516. The small business size standard is 500 employees. CONTRACT LINE ITEMS CLIN Quantity Unit of Issue Description Unit Price Total Price 0001 50 Boxes Heater Tubes and Test Kits ___________ ____________ IAW the below Description of Requirements DESCRIPTION OF REQUIREMENTS Contractor shall provide heater tubes (aluminum test coupons) and filter kits. These heater tubes shall be able to conduct thermal stability tests in accordance with the American Society for Testing and Materials (ASTM) D 3241 - Standard Test Method for Thermal Oxidation Stability of Aviation Turbine Fuels. Heater tubes shall be Alcor Part Number: AL-91652 or equal. Equivalent heater tubes shall comply with the characteristics outlined in the ASTM D 3241, Table 2. Heater tubes shall be established as conforming by the ASTM D02 Subcommittee on Aviation Fuels using the procedures outlined in the ASTM Research Report #D02-1550. Anyone wishing to obtain a copy of the research report may do so by requesting it from ASTM International Headquarters. ASTM D 3241-09 may be obtained from ASTM by phone, mail, or the ASTM website. DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS UIC FOB POINT 0001 10 Days ARO 50 Boxes HQ AFPET AFT F1ATPB DESTINATION AF BPN NO MILSBILLS PROCESSES 8725 JOHN J KINGMAN RD FT BELVOIR, VA 22060-6232 Quotations shall be accompanied by a completed FAR 52.212-3, Representations and Certifications - Commercial Items, and adhere to FAR 52.212-1, Instructions to Offerors - Commercial Items, which applies to this solicitation. The Government's preferred method is electronic Representations and Certifications. This can be accomplished by registering in ORCA at https://orca.bpn.gov and completing the on-line Representations and Certifications. 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. Offerors must include the following information with their offer: company's name, address and phone number; point of contact's name, phone number, and email address; quotation date; quotation number; completed pricing; identify any discounts; how long the quote is valid (minimum of 60 days); lead time after receipt of order; and warranty information. The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: 52.212-1, Instructions to Offerors - Commercial Items (Jun 2008) 52.212-2, Evaluation Factors (Jan 1999) [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. Award will be based on the best value to the Government. 52.212-3, Contractor Representations and Certifications (Aug 2009); 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products (Feb 2001); 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: 52.211-6 Brand Name or Equal (Aug 1999); 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 (Apr 2010) (The clauses that are check marked as being applicable to this purchase are: - 52.219-28 Post-Award Small Business Program Representation (April 2009); - 52.222-3 Convict Labor (June 2003); - 52.222-19 Child Labor Cooperation with Authorities and Remedies (Aug 2009); - 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); - 52.225-1 Buy American Act Balance of Payment Program - Supplies (Feb 2009) - 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008); and - 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003) [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 or http://www.arnet.gov) 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); 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items (Jul 2009): [The clauses that are check marked as being applicable to this purchase are: - 252.225-7001 Buy American Act and Balance of Payments (Jan 2009); - 252.232-7003 Electronic Submission of Payment Requests (Mar 2008); and - 252.247-7023 Transportation of Supplies by Sea (May 2002) - 252.247-7023 Alt III Transportation of Supplies by Sea(May 2002) [end fill in for 252.212-7001]; 252.225-7000 Buy American Act Balance of Payments Program Certificate (Dec 2009); 252.225-7002 Qualifying Country Sources as Subcontractor (Apr 2003); 252.232-7010 Levies on Contract Payments (Dec 2006). The following AFMCFARS 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]. 88 CONS G-001, Wide Area Workflow - Receipt and Acceptance (WAWF-RA) Electronic Invoicing and Receiving Report Instructions; Offers are due 25 June 2010 at 4:00PM EST to SSgt Ashley Pace at ashley.pace@wpafb.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-10-Q-P001/listing.html)
 
Place of Performance
Address: HQ AFPET AFT, AF BPN NO MILSBILLS PROCESSES, 8725 JOHN J KINGMAN RD, FT BELVOIR, Virginia, 22060, United States
Zip Code: 22060
 
Record
SN02181891-W 20100620/100618234634-8a7969a2b940315ab148800f7ce933b9 (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.