Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2011 FBO #3534
SOLICITATION NOTICE

41 -- Desiccator Cabinet

Notice Date
7/27/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333411 — Air Purification Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
F4FBBL1173A002
 
Archive Date
8/18/2011
 
Point of Contact
Stephanie E. Roberts, Phone: 9375224527
 
E-Mail Address
stephanie.roberts@wpafb.af.mil
(stephanie.roberts@wpafb.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for one (1) Brand Name or Equal Clean Air Products, model CAP19-31704B-1 desiccator cabinet for storage of electronic test samples prepared in accordance with the format in Federal Acquisition Requirements (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 requirement is F4FBBL1173A002 using FAR Subpart 13, Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53, 05 July 2011. This acquisition is going to be 100% Small Business Set-Aside under North American Industry Classification System code 333411 with a small business size standard of 500 employees. Please identify your business size in your response based upon this standard.ORCA/CCR should substantiate that your company is a small business under NAICS code 333411. The ASC/PKO Operational Contracting Division, Wright-Patterson Air Force Base, Ohio intends to award a firm-fixed-price contract for the following requirement: Requirements Brand Name or Equal Desiccator Cabinet minimum requirements: Desiccator Cabinet: Clean Air Products, model CAP19-31704B-1 (Qty 1): a. Static-dissipative desiccators cabinet b. Minimum overall width: 48" c. Minimum overall depth; 24" d. Minimum overall height (without base): 55" e. Minimum shelf weight capacity: 40lbs f. Cabinet wall & door materials: Stainless steel type 304 g. Mounted on an attached stainless steel base (min 8" high) with casters h. Cabinet shall consist of ten (10) individual chambers of equal size arranged in a 2-wide by 5-high format i. Chambers shall be attached to each other as a single cabinet and not simply individual chambers mounted on shelves j. Two (2) additional static-dissipative shelves included per chamber - gives 3 usable shelves/chamber including the bottom of the chamber k. Entire cabinet shall be capable of being purged with nitrogen or some other inert gas and shall include a flowmeter and purge system l. Efforts shall be taken in the design to ensure equal nitrogen flow to each chamber m. Entire cabinet shall be capable of being connected to a ground for dissipation of static charge n. Each individual chamber shall include a door with a handle and latch o. Each door shall include a window to allow for visual examination of the contents and shall include a seal to prevent leakage of purge gas Quotations need to adhere to FAR 52.212-1, Instructions to Offerors - Commercial; and include a completed FAR 52.212-3, Representations and Certifications. The Government's preferred method is Online Representations and Certifications. In addition the reps and cert in FAR 52.212-3 fill-in must be completed and returned with quote. This can be accomplished by registering in ORCA at https://orca.bpn.gov and completing the on-line Representations and Certifications. 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: Technical Capability (how well the proposed product meets the Government requirement), Price, and Past Performance. The quotations may be in any format but MUST include: 1) Proposing company's name, address, and phone 2) Point of contact's name, phone, and email 3) Quotation number & date 4) Item price 5) Total price 6) Shipping (Include shipping costs) 7) Applicable discounts 8) Timeframe that the quote is valid 9) Delivery Schedule, and terms (FOB Destination) 10) Warranty Information (if applicable). 11) Completed FAR 52.212-3, Representations and Certifications Quotations MUST also contain a complete description of item offered to clearly show item meets or exceeds the requirements listed above. The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the offeror. Before price is considered, the proposal must meet the technical capabilities. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the Central Contractor's Register (CCR) and to maintain active registration during the life of the contract. CCR can be accessed at https://www.bpn.gov. Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil. FAR 52.211-6, Brand Name or Equal 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 The following provisions are incorporated by reference and apply to this acquisition: FAR 52.212-1, Instructions to Offerors -- Commercial FAR 52.212-2, Evaluation Factors [the fill in portion of this clause is: technical, price, and past performance] FAR 52.212-3, Representations and Certifications FAR 52.212-4, Contract Terms and Conditions -- Commercial Items The following clauses are incorporated by reference and apply to this acquisition: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards FAR 52.222-3,Convict Labor 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 52.222.36, Affirmative Action for Workers with Disabilities FAR 52.223-18, Contractor Policy to Ban Text Messaging while Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. The clauses that are check marked as being applicable to this purchase are: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252/225-7036. Buy American Act-Free Trade Agreements-Balance of Payments Program DFARs 252.232-7003 Electronic Submission of Payment Requests ASC/PKO G-001, Wide Area Work Flow Electronic Invoicing Instructions ASC/PKO H-002, Delivery Procedures Commercial Vehicles All Quotations and responses must be received no later than 12:00 PM, Eastern Standard Time on 3 August 2011. Submittal of quotes in response to this RFQ constitutes agreement by the offeror of all terms & conditions contained herein, which will also be the terms & conditions of resulting contract. Please email to stephanie.roberts@wpafb.af.mil or send requested information to: ASC/PKOAA Attn: Stephanie Roberts 1940 Allbrook Drive, Ste. #3 WPAFB, OH 45433 Any questions should be directed to Stephanie Roberts at (937)522-4527 or stephanie.roberts@wpafb.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/F4FBBL1173A002/listing.html)
 
Place of Performance
Address: 2241 Avionics Circle, WPAFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02512512-W 20110729/110727235316-58df9f506bcd7fc0a2311fc2332ed6c8 (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.