Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 09, 2010 FBO #3149
SOLICITATION NOTICE

66 -- Calorimeter

Notice Date
7/7/2010
 
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-0244
 
Archive Date
8/5/2010
 
Point of Contact
Susan Hashemi, Phone: 9375224638
 
E-Mail Address
susan.hashemi@wpafb.af.mil
(susan.hashemi@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
CALORIMETER This is a combined synopsis/solicitation for a commodity prepared in accordance with the format of FAR Subpart 12.6 and supplemented with additional information included in this notice. The announcement constitutes the only solicitation and the official request for proposals. A written solicitation will not be issued. This request is issued under Simplified Acquisition Procedures and has three (3) line items. This requirement is categorized under the NAICS 334516, Analytical Lab Instrument Manufacturing and is a BRAND NAME requirement. Brand Name means that ONLY offers for a Parr Instrument Calorimeter Model 6420EA/115V and accessories will be accepted. NO other brand or model will be acceptable. The Government anticipates a firm fixed price award as a result of this synopsis/solicitation; however, it does reserve the right to not issue an award at all. The Wright Patterson Air Force Research Team is seeking the following instruments: Quantity Description 1 Parr Instrument Calorimeter, Model 6420EA/115V Extended System with 6400 Calorimeter, 1757 Printer, Extra Head Assy A1450DD and 6409B Service Kit 1 Oxygen Bomb 1138 1 Rinse Container A1050D Installation and Training Please note that any shipping charges shall be incorporated into the price of the instrument. Price proposals that do not address each element of the requirement shall be rejected. Price proposals must be submitted on company letterhead and remain valid for ninety (90) days. Evaluation of the proposals will be based on the LOWEST PRICE TECHNICALLY ACCEPTABLE offer. The vendor submitting the winning proposal shall be required to be registered in the Central Contractor Register (CCR)(https://www.bpn.gov/ccr/default.aspx) and in ORCA (https://orca.bpn.gov/) prior to contract award. All invoicing shall be submitted electronically through the Government's Wide Area Workflow System. Proposals will be accepted until NOON on Wednesday, 21 July 2010. Please address your questions and proposal to Susan Hashemi at (937) 522-4638 (telephone), susan.hashemi@wpafb.af.mil or (937) 904-3637 (fax). The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors (June 2008) [subparagraph (c) is changed to 60 days and subparagraph (e) is deleted and marked as reserved]; 52.212-3, Contractor Representations and Certifications (Aug 2009) (Full-text copy - attachment 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 fill in portion of this clause is: http://farsite.hill.af.mil or http://www.arnet.gov/far); The following Federal Acquisition Regulation clauses, either by reference or full text, apply to this acquisition: 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (Sep 2007); 52.204-4 Printed or Copied Double-Sided on Recycled Paper (Aug 2000); 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Sep 2006); 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 (Sep 2009) The clauses that are check marked as being applicable to this purchase are: - 52.222-3 Convict Labor (June 2003); - 52.222-21 Prohibition of Segregated Facilities (Feb 1999); - 52.222-26 Equal Opportunity (Mar 2007); - 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); - 52.222-36 Affirmative Action for Workers with Disabilities (June 1998); - 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (Sep 2006); -52.225-13 Restrictions on Certain Foreign Purchases (June 2008) - 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003) [end fill in for 52.212-5]; 52.228-5 Insurance - Work on a Government Installation (Jan 1997); 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984); 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/far) 52.247-34 F.O.B. Destination 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); 252.209-7004 Subcontracting with Firms That Are Owned or Controlled By the Government of a Terrorist Country (Dec 2006) 252.211-7003 Item Identification and Valuation (Aug 2008) 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: - 52.203-3 Gratuities - 252.232-7003 Electronic Submission of Payment Requests (Mar 2008); - 252.247-7023 Transportation of Supplies by Sea (May 2002) [end fill in for 252.212-7001]; The following AFFARS Clauses, either by reference or full text, apply to this acquisition: 5352.201-9101, 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.] 5352.223-9001 Health and Safety on Government Installations (Jun 1997); and 5352.242-9000 Contractor Access to Air Force Installations (Jun 2002) [end fill in for 5352.201-9201]. The following local clauses will be included in subsequent award. Full text versions are available upon request: 88 CONS G-001 WAWF Electronic Invoicing Instructions; and 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/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-10-T-0244/listing.html)
 
Place of Performance
Address: Instruments will be shipped to Wright Patterson Air Force Base, Fairborn, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02198898-W 20100709/100707235508-dd1c8284d03dabc8d571fa4263d9b58e (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.