SOLICITATION NOTICE
66 -- FERRITE TILES AND PANELS - REQUIREMENTS DOCUMENT
- Notice Date
- 9/7/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 326150
— Urethane and Other Foam Product (except Polystyrene) Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
- ZIP Code
- 93524-1185
- Solicitation Number
- F1S0AX2226B003
- Archive Date
- 10/6/2012
- Point of Contact
- Nancy R. Palmer, Phone: 6612773833
- E-Mail Address
-
nancy.palmer@edwards.af.mil
(nancy.palmer@edwards.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- DFARS 252.209-7999 REQUIREMENTS DOCUMENT DATED 28 AUG 2012 This acquisition is a 100% Small Business Set-Aside Solicitation number: F1S0AX2226B003 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; quotes are being requested and a written solicitation will not be issued. This is a request for quotes (RFQ). This solicitation also uses the simplified acquisition procedures contained in Part 13. All responsible sources may submit a firm-fixed price (FFP) quote which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60 (effective 27 AUG 2012) and DFARs Change Notice (DCN) 20120829 (effective 29 AUG 2012), AFAC 2012-0330 (effective 30 MAR 2012). The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer is the lowest priced, technically acceptable. NAICS is 326150 with a small business size standard of 500 employees. FSC code is 6636. AFFTC/PK, Edwards AFB, CA is seeking to purchase Ferrite Tile Absorbers. This is the request for quotation (RFQ). Award will be made to lowest price, technically acceptable offer. This is an "All or None" acquisition, incomplete quotes will not be considered. Quotes shall state delivery time as estimated from after receipt of order (ARO). REQUIREMENT: Ferrite Tiles to cover an area of 30 feet X 30 feet. These tiles must be made up of 6.7 mm thick Ferrite tile with dimensions of 100 mm X 100 mm. These tiles must be palletized on sheet metal and a dielectric spacer of 5/8" plywood with each tile being attached by screw for easy replacement. Quantities are: 8100 Ferrite Tiles 35 Pallets at a dimension of 1200 mm wide X 1800 mm long and 5 Pallets at a dimension of 600 mm wide X 1800 mm long. Additional description of the requirement is attached in the Requirements document, dated 28 Aug 2012. (Attachment 1) DELIVERY AND INSTALLATION: Product delivery is to be coordinated with the 772nd Test Squadron Director of Operations or the Ground Test Operations Superintendent. Delivery must be scheduled to begin no later than the week of 11 March 2013. The last delivery of the entire order should not exceed 2 weeks from the first delivery. Quotes shall include Freight FOB Edwards AFB, CA 93524. Questions resulting from this combined synopsis/solicitation may be submitted to nancy.palmer@edwards.af.mil. Questions will not be accepted later than 18 Sep 2012 at 12:00 p.m. PDT. EVALUATION OF OFFERS: Award will be made to the lowest priced, technically acceptable quote. Technically acceptable offers will meet all requirements in the attached Government's Requirements document, dated 28 Aug 2012. (Attachment 1) Interested parties who believe they can meet all of the requirements for the items and services described in this combined synopsis/solicitation are invited to submit a complete quote including delivery FOB destination Edwards AFB, CA 93524. Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this combined synopsis/solicitation. In addition to those provisions online in ORCA, offerors are instructed to complete the provision DFARS 252.209-7999. This must be returned with offeror's quote. (DFARS 252.209-7999 in full text is attached for convenience.) The following FAR and DFAR provisions and clauses apply to this solicitation and are incorporated by reference: CONTRACTORS MUST COMPLY WITH FAR 52.204-99 System for Award Management Registration (Deviation) (AUG 2012) (Full-text of this clause can be viewed at http://farsite.hill.af.mil). 52.252-1 -- Solicitation Provisions Incorporated by Reference (FEB 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. 52.252-2 - Clauses Incorporated by Reference (FEB 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil 52.252-6 Authorized Deviations in Clauses (APR 1984) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (AUG 2012) 52.209-06 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. (FEB 2012) Provision at 52.212-2 -- Evaluation -- Commercial Items. (Jan 1999) 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: Lowest Price, Technically Acceptable 52.212-3 Offeror Representations and Certifications -- Commercial Items (APR 2012) 52.212-4 Contract Terms and Conditions - Commercial Items (FEB 2012) 52.212-5 Contract Terms and Conditions Required to Implement Statutes (AUG 2012) 52.219-28 Post-Award Small Business Program Representations (APR 2012) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor---Cooperation with Authorities and Remedies (MAR 2012) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-22 Previous Contracts and Compliance Reports (FEB 1999) 52.222-25 Affirmative Action Compliance (APR 1984) 52.222-26 Equal Opportunity (MAR 2007) 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2012) 52.222-50 Combating Trafficking in Persons (FEB 2009) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG 2011) 52.225-4 Buy American Act - Supplies (FEB 2009) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) 52.233-1 Disputes (JUL 2002) 52.233-3 Protest after Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 52.237-1 Site Visit (APR 1984) 52.243-1 Changes- Fixed Price (AUG 1987) 52.247-34 F.O.B. - Destination (NOV 1991) 52.252-3 Alterations in Solicitation (APR 1984) 52.252-4 Alterations in Contract (APR 1984) 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent tax Liability or a Felony Conviction under any Federal Law (Deviation) (JAN 2012) (See attached document, fill out, sign and return with quote.) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (JAN 2009) 252.204-7006 Billing Instructions (OCT 2005) 252.204-7008 Export Controlled Items (APR 2010) 252.211-7003 Item Identification and Valuation (JUN 2011) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2012) 252.225-7001 Buy American Act, Balance of Payment Program (JUN 2012) 252.225-7002 Qualifying Country Sources as Subcontractors (JUN 2012) 252.232-7003 Electronic Submission of Payment Requests (JUN 2003) 252.232-7010 Levies on Contract Payments (DEC 2006) 252.243-7001 Pricing of Contract Modifications (DEC 1991) 252.247-7023 Transportation of Supplies by Sea (MAY 2002) 252.247-7023 Alternate III (MAY 2002) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) (APR 2003) 5352.201-9101 Ombudsmen (APR 2010) AF 5352.242-9000 Contractor Access to Air Force Installations (AUG 2007) All quotes are to be sent via email to nancy.palmer@edwards.af.mil or mailed to AFFTC/PKEW, 5 South Wolfe Ave., Edwards AFB, CA 93524-1185, Attention: Nancy R. Palmer. The phone number is 661-277-3833. Responses are due into the office no later than 21 Sep 2012 at 3:00 p.m. PDT. Nancy Palmer Contract Specialist 5 South Wolfe Avenue Edwards AFB, CA 93524 661-277-3833 Nancy.palmer@edwards.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/F1S0AX2226B003/listing.html)
- Place of Performance
- Address: 5 S. Wolfe Ave, Edwards AFB, California, 93524, United States
- Zip Code: 93524
- Zip Code: 93524
- Record
- SN02872130-W 20120909/120907235852-56b178cb391dcab3cb1d3018a1e91359 (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 |