Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 14, 2011 FBO #3672
SOLICITATION NOTICE

66 -- Acoustic Base Reference Exchange Standard - Purchase Description 12M-203A-SO

Notice Date
12/12/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 562 CBSG OMP (AFMETCAL), 813 Irving Wick Dr. W. Bldg 2, Heath, Ohio, 43056-6116, United States
 
ZIP Code
43056-6116
 
Solicitation Number
FA2263-12-Q-0006
 
Archive Date
1/4/2013
 
Point of Contact
Becky A Smith, Phone: 740-788-5044, Amy I Poling, Phone: 740-788-5045
 
E-Mail Address
rebecca.smith@afmetcal.af.mil, Amy.Poling@afmetcal.af.mil
(rebecca.smith@afmetcal.af.mil, Amy.Poling@afmetcal.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Data Item Descriptions (DIDs), Manuals and Calibration Certificates Contract Data Requirements List (DD Form 1423) Attachment to Purchase Description, Data Requirements Purchase Description for Acoustic Base Reference Exchange Standards This is a combined synopsis solicitation. No written solicitation will be issued. AFMETCAL at Heath OH intends to solicit and award a sole source firm fixed price purchase order under Simplified Acquisition Procedures (SAP), in accordance with Federal Acquisition Regulation (FAR) Subpart 13.5, for the purchase of four (4) Acoustic Base Reference Exchange Standards to Scantek, Inc., 6430 Dobbin Rd. #C, Columbia, MD 21045. The Acoustic Base Reference Exchange Standards calibrate the Air Force's inventory of Sound Level Meters and Calibrators. These four additional standards are to be added to the inventory and are required so that an exchange pool can be established. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Part 12, as supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-54; Defense Acquisition Circular (DAC) 91-13; and Defense Publication Notice (DPN) 20111207. This announcement constitutes the only solicitation. A written request for quotation (RFQ) will not be issued. It is the offeror's responsibility to monitor this site for the release of amendments (if any). The RFQ number is FA2263-12-Q-0006 and shall be referenced on any offer submitted. The North American Industry Classification System (NAICS) code for this acquisition is 334516 and the business size standard is 500 employees. This quotation is being solicited as unrestricted. The sole source requirement will provide for the Acoustic Base Reference Exchange Standard in accordance with Purchase Description 12M-203A-SO, Revision 3, dated 16 August 2011. The purchase description and data requirements are available for download at this site. Products offered shall be commercially available. Delivery shall be a minimum of 2 each and maximum of all due 120 days after date of award and can arrive at the destination no sooner than 7 days before the required delivery date. Delivery shall continue at a minimum of 2 each and maximum of all due every 30 days thereafter until complete. Item is for delivery to AFMETCAL in Heath Ohio. Acceptance testing is required and will be completed within 25 days after receipt at AFMETCAL. Invoices may not be submitted in WAWF until the unit has passed acceptance testing. The current versions of the following clauses apply to this acquisition and are incorporated by reference: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.212-1 Instructions to Offerors -- Commercial Items; FAR 52.212-2 Evaluation--Commercial Items - (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. The following factors shall be used to evaluate offers: 1. Technical. Capability of the item offered to meet the Government requirements as stated in the purchase description and 2. Price. Award will be made to the responsible technically acceptable offeror who conforms to all of the solicitation requirements and has the lowest total evaluated price. All offeror's shall provide with their quotation, descriptive literature, brochures, and technical proposal response. Offerors must submit sufficient technical literature, documentation, etc., in order for the Government to make an adequate technical assessment of the proposed unit. Award will be based on technical acceptability (acceptable or not acceptable) and then price. Technical acceptability will be determined solely on the content and merit of the information submitted in response to this request for quote. The technical proposal response shall include a written line-by-line response to each paragraph number of the purchase description. A simple statement of compliance is not acceptable. Where the technical literature demonstrates that the proposed unit meets the requirement of a specific purchase description paragraph you may reference that page and paragraph of the technical literature in your technical response in lieu of restating it. The total evaluated price will be calculated using the unit price proposed multiplied by the specified unit quantity (e.g. 1 EACH); FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, with Alternate I. Each offeror shall include a completed copy of this provision. Offerors shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (DEVIATION); FAR 52.219-28 Post-Award Small Business Program Rerepresentation; 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 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-18 Availability of Funds; FAR 52.232-33 Payment by Electronic Funds Transfer -- Central Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.247-34 F.o.b. - Destination; DFAR 252.211-7003 Item Identification and Valuation; DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEVIATION); DFAR 252.225-7035 Buy American Act -- Free Trade Agreements -- Balance of Payments Program Certificate with Alternate I; DFAR 252.227-7015 Technical Data - Commercial Items; DFAR 252.232-7003 Electronic Submission of Payment Request and Receiving Reports; DFAR 252.232-7010 Levies on Contract Payments; DFAR 252.247-7023 Transportation of Supplies by Sea with Alternate III; AFFAR FAR 5352.201-9101 Ombudsman (AFMC) - When appropriate, potential offerors may contact Ombudsman Kim McDonald, WR-ALC/PKC at Phone 478-222-1088, Fax 478-222-1121. To view provisions and clauses in full text see website (http://farsite.hill.af.mil). All offers must be valid for a period of 90 days. An award from this solicitation is contingent upon the availability of funds. Offeror's shall provide with their quotation, a copy of their commercial descriptive literature, brochures, and adequate information to determine that the proposed items meet the requirements of the Government. Technical evaluation and approval by AFMETCAL is required before award will be made. Submit your best offer as award may be made on initial offers without discussions. The offer must: (1) be for the item described in the purchase description, (2) be FOB Destination, (3) include a delivery schedule and discount/payment terms, (4) include copy of commercial price list, (5) include name of and be signed by an authorized company representative along with telephone number and facsimile number, (6) include taxpayer identification number (TIN), CAGE Code Number and DUNS Number, (7) include a technical proposal that follows the PD line-by-line, (8) include a copy of commercial standard warranty, (9) include FAR 52.212-3 reps and certs and be sure ORCA and CCR are current. The government reserves the right to incorporate the successful offeror's technical proposal into any contract resulting from this solicitation. Supplies or services are available from only one responsible source, no other type of supply or service will satisfy agency requirements. Interested persons may identify their interest and capability to meet the requirement. This notice of intent is not a request for competitive proposals. This will be a DO-A7 rated order. Offers are due by 4 January 2012 at 4:00 PM EST to: Becky Smith, AFMETCAL, 813 Irving-Wick Dr. W, Bldg. 2, Heath OH 43056-1199. Facsimile submissions to 740-788-5157 are permissible with the follow-up of an original sent by mail. Electronic submissions to Rebecca.smith@afmetcal.af.mil are permissible. E-mail may be used to transmit offers only if email can be sent encrypted and due to current Air Force requirements shall not include ZIP files. In order to facilitate the sending and receiving of encrypted emails, offerors must use MS Outlook email configured to support encryption or a different email product that is S/MIME compatible and configured to support encryption. If you intend to submit your offer via encrypted email, you will need to contact the buyer identified in this solicitation posting prior to that first submittal in order to exchange certificates used for encryption. To ensure the process is working correctly, send a test encrypted message first (without including any offer information). Offerors bare the risk for receipt of submitted offers being untimely. Offerors shall allow sufficient time for receipt of electronic submissions by the due date and time. If no written response is received by 8 January 2012, to the effect that comparable items are available that meets the Government's requirements, and that it is more advantageous to the Government than obtaining these items through a sole source procurement with Scantek, Inc., a sole source award will be made. Any offer or modifications to the offer received after the exact time specified for receipt of offers/quotes may not be considered. All contractors must be registered in the Central Contractor Registration (CCR) Database and must put their reps and certs in the ORCA website at http://ORCA.bpn.gov. All responsible sources may submit an offer, which if received timely shall be considered by this agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFMETCAL/FA2263-12-Q-0006/listing.html)
 
Record
SN02637548-W 20111214/111212234246-3f1ca80c2dcc7bd2257f2622caeec31a (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.