SOLICITATION NOTICE
61 -- Solar Panel
- Notice Date
- 8/21/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334413
— Semiconductor and Related Device Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFNWC/PKO - Kirtland (Operational Contracting Division), AFNWC/PKO Operational Contracting Division, 2000 Wyoming Blvd SE, Bldg 20604, Room B-9, Kirtland AFB, New Mexico, 87117-5606, United States
- ZIP Code
- 87117-5606
- Solicitation Number
- F2KBAD2122A001
- Archive Date
- 10/5/2012
- Point of Contact
- Rane A. Linton, Phone: 5058534603, Carl Landreneau, Phone: 505-846-4877
- E-Mail Address
-
Rane.Linton@Kirtland.af.mil, carl.landreneau@kirtland.af.mil
(Rane.Linton@Kirtland.af.mil, carl.landreneau@kirtland.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. This requirement is set aside 100% for Small businesses only. The NAICS Code for this synopsis/solicitation is NAICS, 334413, Semiconductor and Related Device Manufacturing, Size Standard 500 employees. Solicitation/Purchase Request Number F2KBAD2122A001 is issued as a Request for Quote (RFQ). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-60 effective 26 July 2012. The Government intends to award one contract with one Contract line item (CLIN) for the Solar Panel requirement identified below: CLIN 0001: Solar Panel Quantity 1 Each Mechanical Specifications: Overall dimensions: approximately 24" (609mm) x 24" (609mm) outside dimensions, thickness not to exceed 2" (50.8mm) Substrate description: Aluminum honeycomb core / CFRP facesheet material. Shall include (8) eight potted mechanical attachment inserts for 8-32 screws on rear surface around the perimeter of the panel (~ 2" setback from edge). Electrical Specifications: Cell Type: ~27cm2 Spectrolab XTJ or Emcore ZTJ qualified triple junction solar cells Coverglass: ARC coverglass of 4 to 6 mil thickness (CMG preferred) Interconnect / Construction Method: Welded cell interconnects following qualified interconnection procedure (ex. AIAA S-112) String Length: 19 cells per string Number of Strings: 6 String Configuration: String layout configured to minimize electromagnetic torques. Diode Configuration: One bypass diode per solar cell. Redundant blocking diodes on each string. Blocking diode board mounted to rear surface of panel is acceptable. Harness: Redundant string leads shall be fed to rear side of panel thru potted feedthruoughs near the center of the panel. Lead length on rear side is no less than 24" with bare wire termination. Panel Ground: Ground wire connected to panel aluminum honeycomb core, exiting panel on rear surface. DESIRED DELIVERY DATE: Eight (8) Months ARO FOB: Destination INSPECTION AND ACCEPTANCE: Destination The following provisions and clauses apply to this procurement: FAR 52.202-1, Definitions; FAR 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions; 52.203-12, Limitation on Payments to Influence Certain Federal Transactions; 52.204-4, Printed or Copied Double-Sided on Recycled Paper; FAR 52.204-7, Central Contractor Registration; FAR 52.209-5, Certification Regarding Responsibility Matters; FAR 52.212-2, Evaluation - Commercial Items In accordance with the FAR 13.106-1(a)(2) offerors are notified that award will be made based on lowest priced technically acceptable (LPTA). Offeror will be evaluated in accordance with FAR 13.106-2, Evaluation of Quotations or Offers; FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via https://www.sam.gov/portal/public/SAM. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management 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 [in paragraphs (b) and (c) the following clauses apply: 52.203-6 Alt I, 52.204-10, 52.209-6, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3; 52.222-19; 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.223-18, DFARS 252.225-7036, 52.225-13, 52.232-33]; FAR 52.215-1, Instructions to Offerors -- Competitive Acquisition; FAR 52.219-1 Alt I, Small Business Program Representations; FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran - Certification; FAR 52.229-3, Federal, State, and Local Taxes; FAR 52.232-23 Assignment of Claims; FAR 52.233-1, Disputes; FAR 52.233-2, Service of Protest; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract; FAR 52.242-13 Bankruptcy; FAR 52.249-2, Termination of Convenience of the Government (Fixed- Price); FAR 52.249-8 Default (Fixed-Price Supply and Service); FAR 52.252-1, Solicitation provisions incorporated by reference; FAR 52.252-2, Clauses and provisions may be accessed in full text at http://farsite.hill.af.mil/ DFAR 252.204-7003, Control of Government Personnel Work Product; DFAR 252.204-7004 ALT A, Central Contractor Registration; DFAR 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; DFAR 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist County; DFARS 252.211-7003, Item Identification and Valuation; DFAR 252.203-7002, Requirement to Inform Employees of Whisteblower Rights; DFAR 252.212-7000 Offeror Representations and Certifications--Commercial Items; DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items [in paragraph(s) (a) and (b) the following clause(s) apply: 52.203-3, 252.203-7000, 252.225-7001, 252.225-7012, 252.225-7021, 252.232-7003, 252.243-7002, and 252.247-7023]. DFAR 252.223-7008 Prohibition of Hexavalent Chromium; DFAR 252.225-7000, Buy American Act - Balance of Payments Program Certificate; DFAR 252.225-7002, Qualifying Country Sources as Subcontractors; DFAR 252.232-7010, Levies on Contract Payments, DFAR 252.239-7000, Protection Against Compromising Emanations; DFAR 252.243-7001, Pricing of Contract Modifications; DFAR 252.247-7022 Representation of Extent of Transportation by Sea; and AFFARS 5352.223-9001 Ombudsman All payments are to be paid via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https:www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. Partial Payments are not authorized. Invoicing through WAWF shall occur after all items have been received by the organization. Quotes may be E-mailed (preferred) to rane.linton@kirtland.af.mil or mailed to AFNWC/PKOA, ATTN: Rane Linton, 2000 Wyoming Blvd SE, Bldg. 20604, Room B-18, Kirtland AFB, NM 87117, or faxed to (505) 846-8925 ATTN: Rane Linton. ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the System for Acquisition Management (SAM) Database in order to receive an award. If you are not registered you may request an application through the SAM website at http://www.sam.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/377CONSKOC/F2KBAD2122A001/listing.html)
- Place of Performance
- Address: Kirtland AFB, Albuquerque, New Mexico, 87117, United States
- Zip Code: 87117
- Zip Code: 87117
- Record
- SN02848810-W 20120823/120822000609-0f061a2eea5a7ba0b7432f6c4f5c47ad (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 |