SOLICITATION NOTICE
99 -- self test PATS 70 - DD2345
- Notice Date
- 3/4/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334419
— Other Electronic Component Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, Hill AFB OO-ALC, OO-ALC/PKXB, 6038 Aspen Ave (Bldg 1289), Hill AFB, Utah, 84056
- ZIP Code
- 84056
- Solicitation Number
- FA8224-13-R-0041
- Archive Date
- 5/16/2013
- Point of Contact
- Brian J. Goodrich, Phone: 8015862089, Shauna A. H. Lyon, Phone: 8017753801
- E-Mail Address
-
brian.goodrich@hill.af.mil, shauna.lyon@hill.af.mil
(brian.goodrich@hill.af.mil, shauna.lyon@hill.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- DD2345 THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THIS SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES IAW FAR 13.5. The Government reserves the right to procure or not procure the items specified based on the reasonability of quotations received. This is a 100% Small Business set aside as such "the concern shall perform work for at least 50% of the cost of manufacturing the supplies, not including the cost of materials" (see FAR 52.219-14). Further, proposals are expected to specifically state specifically that they will comply with this requirement. Drawings are available upon request. Requests for drawings must be sent to brian.goodrich@hill.af.mil and cc'd to shauna.lyon@hill.af.mil and must include the requestor name and direct contact, email, and postal address, a current registry at the https://www.sam.gov website, cage code and DUNS number. Requestor must also submit a completed DD2345 (can be located by use of a Google search). Failure to provide these items will exclude a requestor from access to drawings. Responsible quoters shall provide pricing for the items below: 1) PATS 70 p1 self test adapter - quantity 83 2) Umbilical cord J101 self test adapter - quantity 83 3) Fill jport cable j8 self test adapter - quantity 54 4) PATS 70 P1 calibration self test adapter - quantity 54 5) Anti-skid J1 self test adapter - quantity 54 6) Anti-skid P4 self test adapter - quantity 54 7) Alpha-mach P25 self test adapter - quantity 54. 8) Alpha-mach J1 self test adapter - quantity 54 9) Maverick cable 1 J8 self test adapter - quantity 54 10) Maverick cable 2 P33 self test adapter - quantity 54 11) 1760, P11 self test adapter - quantity 54 12) 1760, J11 self test adapter - quantity 54 13) TGP, P12 self test adapter - quantity 54 14) TGP, P13 self test adapter - quantity 54 15) Ground cable - quantity 83 16) Power cable - quantity 54 17) Table breakout cable - quantity 54 INSPECTION AND ACCEPTANCE CRITERIA Deliverables will be inspected upon arrival EVALUATION CRITERIA AND BASIS FOR AWARD offers will be ranked by price from lowest to highest then beginning with the lowest they will be evaluated to ensure they meet the technical requirements (including ARO). As soon as an offer is found that meets the requirements the evaluation will end no more expensive proposals will be evaluated. Significant evaluation factors are (i) technical acceptability (Pass/Fail) of the item(s) offered to meet the Government requirement, and (ii) price. * Price will be evaluated first. * Second technical acceptability will be evaluated on a pass/fail basis by determining whether the item(s) proposed meet all requirements: * Delivery schedule * Conformance to the drawings provided including list of alternate parts proposed. * Certification of proven past performance for DoD use. * Minimum 2 Year warranty Delivery will be determined as a pass or fail technical requirement with the following schedule: PATS 70 P1 self test adapter, umbilical cord J101, total 83 each; delivery schedule: 1 July 2013 - 15 each, 1 Aug 2013 - 15 each, 3 Sep 2013 - 15 each, 1 Oct 2013 - 15 each, 1 Nov 2013 - 15 each, 2 Dec 2013 - 15 each PATS 70 P1 calibration, Anti-skid J1, Anti-skid P4, alpha-mach P25, Alpha mach J1, Maverick cable 1 J8, total 54 each; delivery schedule: 1 July 2013 - 15 each, 1 Aug 2013 -15 each, 3 Sep 2013 - 15 each, 1 October 2013 - 9 each. All items built to provided drawings. REQUIRED SUBMISSIONS All quoters shall submit the following: 1) A quotation including all required items (all or nothing) 2) Cage Code, DUNS Number, delivery timeframe after receipt of order, 3) This is a Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to extend an award as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state, "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror's FSS or GWAC contract, and the statement required above shall be included in the quotation. 4) If the quoter is not registered at https://www.sam.gov/portal/public/SAM/, a completed copy of FAR 52.212-3 OFFERORS REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS is required. All quotations shall be sent to: brian.goodrich@hill.af.mil cc shauna.lyon@hill.af.mil All offerors shall ensure the RFQ number is visible on the outermost packaging. PROVISIONS AND CLAUSES The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors - Commercial; 52.212-2, Evaluation-Commercial Items; 52.212-3, Offeror Representations and Certifications - Commercial Items. In accordance with FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certifications on-line at https://www.sam.gov/portal/public/SAM/. If paragraph (j) of the provision applies, a written submission is required; The following clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 (deviation) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs; 52.211-17 Delivery of Excess Quantities; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-14 Limitations on Subcontracting; 52.252-2 Clauses Incorporated By Reference; 252.211-7003 Item Identification and Valuation; and 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area WorkFlow Payment Instructions
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8224-13-R-0041/listing.html)
- Record
- SN03003190-W 20130306/130305114657-434c8ffff6c19ccc22e79801ef42056f (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 |