Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 30, 2010 FBO #3140
SOLICITATION NOTICE

36 -- U-20 Ultrafast Laser Marking System Marking Head

Notice Date
6/28/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339943 — Marking Device Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 27 SOCONS, 110 E. Sextant, Cannon AFB, New Mexico, 88103-5109, United States
 
ZIP Code
88103-5109
 
Solicitation Number
FA4855-10-Q-0035
 
Archive Date
7/27/2010
 
Point of Contact
Kevin D. Beck, Phone: 5757847668, Patricia L Thatcher, Phone: 575-784-2890
 
E-Mail Address
kevin.beck@cannon.af.mil, patty.thatcher@cannon.af.mil
(kevin.beck@cannon.af.mil, patty.thatcher@cannon.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared 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; proposals are being requested and a written solicitation will not be issued. The solicitation number for this procurement is FA4855-10-Q-0035 and is a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-42, Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20100623, and Air Force Acquisition Circular (AFAC) 2010-0402. This is a 100% small business set aside. The North American Industry Classification System (NAICS) is 339943 Marking Device Manufacturing. Small Business Size Standard is 500 employees. The Offeror must be an authorized dealer and must quote on an all or none basis. Award will be based on Best Value to the Government. Written quotes are required (oral offers will not be accepted). Only one contract will be awarded. All quotes must include shipping. Items should be delivered FOB destination with government acceptance within 30 days ARO of the following address: 27 SOW/CVN BLDG 12, 112 E. TRIDENT CANNON AFB NM 88103 Line items: 0001 U-20 Ultrafast Laser Marking System Marking Head or equal It is the firm's or individuals' responsibility to be familiar with applicable provisions and clauses. All FAR Provisions and Clauses may be viewed in full text at the Federal Acquisition Regulation Table of Contents via the Internet at http://farsite.hill.af.mil/vffar1.htm. The following Provisions and Clauses apply to this solicitation and are incorporated by full text: FAR 52.212-1 Instructions to Offerors - Commercial Items The following addendum is provided to this provision: Paragraph (b), entitled "Submission of Offers", Offers may be submitted via facsimile, e-mail or mail. Paragraph (c); entitled "Period of Acceptance for Offers", the offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers. FAR 52.212-2 Evaluation - Commercial Item Evaluation -- Commercial Items (Jan 1999) (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. Award shall be based on All or None and Best Value to the Government. Best Value can include but is not limited to price, delivery date, and technical capability, if specified. The following factors shall be used to evaluate offers: Price FAR 52.212-3 Offeror Representations and Certifications - Commercial items. Complete only paragraph (j) of this provision if the annual representations and certificates have been completed electronically at http://orca.bpn.gov. If the annual representations and certifications have not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed. 52.211-6 -- Brand Name or Equal As prescribed in 11.107 (a), insert the following provision: Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) FAR 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): FAR: http://farsite.hill.af.mil/VFFARa.htm DFAR: http://farsite.hill.af.mil/VFDFARA.HTM AFFAR: http://farsite.hill.af.mil/VFAFFARA.HTM FAR 52.252-2 Clauses Incorporated by Reference - This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): FAR: http://farsite.hill.af.mil/VFFARa.htm DFAR: http://farsite.hill.af.mil/VFDFARA.HTM AFFAR: http://farsite.hill.af.mil/VFAFFARA.HTM NOTE: After selecting the appropriate regulation above, at the TABLE OF CONTENTS page, conduct a search for the desired regulation reference, using your browser's FIND function. When located, click on the hyperlinked regulation reference to access the clause. FAR 52.252-5 Authorized Deviations in Provisions - (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Department of Defense Federal Acquisition Regulation Supplement (DFARS) (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. FAR 52.252-6 Authorized Deviations in Clauses -- (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Department of Defense Federal Acquisition Regulation Supplement (DFARS) (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. The following Provisions and Clauses apply to this solicitation and are incorporated by reference: FAR 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.212-4 Contract Terms and Conditions - Commercial Items. FAR 52.212-5 (dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. FAR 52.222-3 Convict Labor FAR 52.222-18 Certification Regarding Knowledge of Child Labor for Listed End Products. FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. FAR 52.223-6 Drug-Free Workplace. FAR 52.225-13 Restrictions on Certain Foreign Purchases. FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration.\ FAR 52.233-1 Disputes. FAR 52.233-3 Protest after Award. FAR 52.233-4 Applicable Law for Breach of Contract Claim. FAR 52.253-1 Computer Generated Forms DFARS 252.204-7004 Required Central Contractor Registration. DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items. DFARS 252.212-7001 (dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. DFARS 252.225-7000 Buy American Act - Balance of Payments program Certificate. DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.232-7003 Electronic Submission of Payment Requests. DFARS 252.232-7010 Levies on Contract Payments. DFARS 252.243-7001 Pricing of Contract Modifications. DFARS 252.247-7023 Transportation of Supplies by Sea. AFFARS 5352.201-9101 Ombudsmen (see below POC) **Lt Col Eric Tsali Brewington, HQ AFSOC/A7K, 427 Cody Avenue (Bldg 90333), Hurlburt Field, FL 32544-5407, Phone: (850) 884-3990, DSN: 579-3990, Fax: (850) 884-2476, Email: eric.brewington@hurlburt.af.mil.** RESPONSE TIME: Request for Quotation will be accepted at the 27th Special Operations Contracting Squadron, 110 E. Sextant Blvd, Cannon AFB, NM 88103-5109 NO LATER THAN 12:00 p.m. Mountain Time on 12 July 2010. Quotations may be faxed to 575-784-1147. Please email quotes to kevin.beck@cannon.af.mil or patty.thatcher@cannon.af.mil. Facsimile offers will be accepted but email is the perferred method. Point of Contact for this solicitation is: A1C Kevin Beck, 575-784-7668, Fax: 575-784-1147 Contracting Officer: Patricia L. Thatcher, 575-784-1349.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/FA4855/FA4855-10-Q-0035/listing.html)
 
Place of Performance
Address: Cannon AFB, Cannon AFB, New Mexico, 88103, United States
Zip Code: 88103
 
Record
SN02190287-W 20100630/100628235306-23d5815e470e7aa315ae9318dbf1d3d3 (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.