SOLICITATION NOTICE
36 -- Intent to Award - Mininum Requirements
- Notice Date
- 9/13/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device 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
- FA8601-11-T-0276
- Archive Date
- 10/4/2011
- Point of Contact
- Farrah N. Keller, Phone: 9375224630
- E-Mail Address
-
farrah.keller@wpafb.af.mil
(farrah.keller@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- FAR 52.212-3 Mininum Requirements Trimble S6 5 Robotic Total Station Survey Equipment - FA8601-11-T-0276 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; quotations are being requested and a written solicitation will not be issued. The solicitation number is FA8601-11-T-0276 issued as a Request for Quotations (RFQ) and is conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53, 4 Aug 2011. This RFQ has one line item: Contractor shall provide an Automatic Petroleum Analyzer System in accordance with the Minimum Requirements that are attached. Proposals must contain the following: - Price quote - Technical information on equipment offered - A list of two similar projects performed by your firm and a point of contact with the phone number enabling the Government to verify the reference and the manner in which the project was completed - Evidence of completed Representations and Certifications Quotations shall be accompanied by a completed FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (May 2011) (attachment 1), and adhere to FAR 52.212-1, Instructions to Offerors - Commercial Items (June 2008). 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. Quotations MUST contain a complete description of service offered to clearly show item meets the requirements listed in the Minimum Requirements, attachment 2, hereto. Quotations shall provide a point-by-point comparison to each item listed in the Minimum Requirements. A general overview, general comparison, or statement such as "able to provide the requirements" or "meets minimum requirements" is unacceptable and will not be considered for potential acceptance. 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. The lowest price of the technically acceptable offer will be awarded the contract. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT IDENTIFIED IN THE QUOTE. Contract financing is NOT provided for this acquisition. Quotations 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 conforming to the solicitation and will be most advantageous to the Government. The Government intends to award without discussions and the Government reserves the right not to make an award at all. 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/. The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: 52.204-6, Data Universal Numbering System (DUNS) Number (Apr 2008) 52.212-1, Instructions to Offerors - Commercial Items (June 2008) [subparagraph (c) is changed to 60 days and subparagraph (e) is deleted and marked as reserved]; 52.212-2, Evaluation - Commercial Items (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 - Price - Ability to comply with the requirements of the Statement of Work, as evidenced by providing a complete listing of the equipment to be provided 52.212-3, Offeror Representations and Certifications - Commercial Items (May 2011) and Alternate I (Apr 2002) (Full-text copy - attachment 1 to this RFQ); 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products (Feb 2011) 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); 52.204-10, Reporting Executive Compensation & First Tier Sub-contract Awards (July 2010) The following Federal Acquisition Regulation clauses, either by reference or full text, apply to this acquisition: 52.212-4 Contract Terms and Conditions - Commercial Items (June 2010); 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Aug 2011) (The clauses that are check marked as being applicable to this purchase are: - 52.219-28 Post Award Small Business Program Representation (Apr 2009); - 52.222-3 Convict Labor (June 2003); -52.222-19 Child Labor - Cooperation with Authorities and Remedies (July 2010) - 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 (October 2010); -52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) - 52.225-13,Restrictions on Certain Foreign Purchases (June 2008); and - 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003) [end fill in for 52.212-5]; 52.233-3, Protest After Award (Aug 1996) 52.247-34 F.O.B Destination (Nov 1991) 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) 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); 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items (Aug 2011): [The clauses that are check marked as being applicable to this purchase are: -252.225-7001 Buy American Act and Balance of Payments Program (January 2009) - 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]; -252.225-7036, Buy American Act- Free Trade Agreements - Balance of Payments Program (Dec 2010) The following AFFARS Clauses, either by reference or full text, apply to this acquisition: 5352.201-9101, Ombudsman (Apr 2010). [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.] 5352.223-9101 Health and Safety on Government Installations (Jun 1997); and [end fill in for 5352.201-9101]. The following local clauses will be included in subsequent award. Full text versions are available upon request: ASC/PKO G-001 WAWF Electronic Invoicing Instructions; and STMNT NBR 12 Antiterrorism (AT) Awareness Training. ASC/PKO H-002 Delivery Procedures Commercial Vehicles Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. Attachments to the announcement: 1. FAR 52.212-3, Representations and Certifications - Commercial Items (May 2011) and Alternate I (Apr 2002) (Return with quotation) 2. Minimum Requirements Quotations, references AND completed representations and certifications, if not available in ORCA, are due by 12:00 pm on Monday, September 19, 2011, to: Farrah Keller, ASC/PKOBA Fax: 937-656-1412 (ATTN: Farrah Keller) E-mail: farrah.keller@wpafb.af.mil Mailing Address: ATTN: Farrah Keller ASC/PKOBA 1940 Allbrook Drive, Suite 3 Wright-Patterson AFB OH 45433 Questions should be directed to Farrah Keller at farrah.keller@wpafb.af.mil or 937-522-4630.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-11-T-0276/listing.html)
- Place of Performance
- Address: 1940 Allbrook Drive, Wright Patterson AFB, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN02575144-W 20110915/110914001327-d7efdfd6bcd3ef6c5f78afdde575a62f (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 |