Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 08, 2013 FBO #4275
SOLICITATION NOTICE

59 -- Swir Calibration Targets - Specifications

Notice Date
8/6/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFTC/PZIO - Eglin, 308 West D. Ave, Bldg 260, Suite 130, Eglin, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
F1T0EB3150AG01
 
Archive Date
9/4/2013
 
Point of Contact
Jordan M Carrillo, Phone: 8508829897, Christopher K. Slater, Phone: 8508820334
 
E-Mail Address
Jordan.Carrillo@eglin.af.mil, christopher.slater@eglin.af.mil
(Jordan.Carrillo@eglin.af.mil, christopher.slater@eglin.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Specifications for the Swir Calibration Targets The AFTC/PZIO Operational Contracting Division, Eglin AFB, Florida intends to solicit and award a firm-fixed price contract for Swir Calibration Targets as listed below. This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (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. The solicitation number is F1T0EB3150AG01. The North American Industry Classification System (NAICS) code for this acquisition is 334516 with a size standard of 500 employees. Please identify your business size in your response based upon this standard. This is a 100% small business set aside. The requirement consists of the following items: CLIN 0001 - Hardware. Swir calibration target. 10 Inch calibrated diffuse reflectance target 2 percent. P/N: AA-00822-900 or Equal. 2 Each. CLIN 0002 - Hardware. Swir calibration target. 10 Inch calibrated diffuse reflectance target 5 percent. P/N: AA-00822-800 or Equal. 2 Each. CLIN 0003 - Hardware. Swir calibration target. 10 Inch calibrated diffuse reflectance target 10 percent. P/N: AA-00822-700 or Equal. 2 Each. CLIN 0004 - Hardware. Swir calibration target. 10 Inch calibrated diffuse reflectance target 20 percent. P/N: AA-00822-600 or Equal. 2 Each. CLIN 0005 - Hardware. Swir calibration target. 10 Inch calibrated diffuse reflectance target 40 percent. P/N: AA-00822-500 or Equal. 2 Each. CLIN 0006 - Hardware. Swir calibration target. 10 Inch calibrated diffuse reflectance target 50 percent. P/N: AA-00822-400 or Equal. 2 Each. CLIN 0007 - Hardware. Swir calibration target. 10 Inch calibrated diffuse reflectance target 60 percent. P/N: AA-00822-300 or Equal. 2 Each. CLIN 0008 - Hardware. Swir calibration target. 10 Inch calibrated diffuse reflectance target 75 percent. P/N: AA-00822-200 or Equal. 2 Each. CLIN 0009 - Hardware. Swir calibration target. 10 Inch calibrated diffuse reflectance target 80 percent. P/N: AA-00822-100 or Equal. 2 Each. CLIN 0010 - Hardware. Swir calibration target. 10 Inch calibrated diffuse reflectance target 99 percent. P/N: AA-00822-000 or Equal. 2 Each. CLIN 0011 - Hardware. Swir calibration target. 24 Inch calibrated diffuse reflectance target 2 percent. P/N: AA-00837-900 or Equal. 2 Each. CLIN 0012 - Hardware. Swir calibration target. 24 Inch calibrated diffuse reflectance target 50 percent. P/N: AA-00837-400 or Equal. 2 Each. CLIN 0013 - Hardware. Swir calibration target. 24 Inch calibrated diffuse reflectance target 75 percent. P/N: AA-00837-200 or Equal. 2 Each. CLIN 0014 - Hardware. Swir calibration target. 24 Inch calibrated diffuse reflectance target 99 percent. P/N: AA-00837-000 or Equal. 2 Each. See attached Specifications for Technical Requirements The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-53. The following clauses and any addenda are incorporated by reference and are applicable: FAR 52-212-1, Instructions to Offers-Commercial Item (Jan 99), SEE ADDENDUM, 52.212-2, Evaluation-Commercial Items; (JAN 05) Lowest Price Technically Acceptable, SEE ADDENDUM. 52-212-3 Offeror Representations and Certifications- Commercial Items (Offerors must submit a complete copy with their offers; 52.212-4 Contract Terms and Conditions- Commercial Items; (OCT 03), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, incorporating the following: • 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; • 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; • 52.219-6, Notice of Total Small Business Set-Aside; • 52.219-8, Utilization of Small Business Concerns; • 52.219-14, Limitations on Subcontracting; • 52.222-3, Convict Labor; • 52.222-19 Child Labor - Cooperation With Authorities and Remedies; • 52.222-21, Prohibition of Segregated Facilities; • 52.222-26, Equal Opportunity; • 52.222-36, Affirmative Action for Workers With Disabilities; • 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; • 52.225-13, Restrictions on Certain Foreign Purchases; • 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; • 52.247-34 FOB Destination; • 52.233-2, Service of Protest; • 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I;(Jul 95), • 52.223-11 Ozone-Depleting Substances; (MAY 01), 52.247-34, F.O.B Destination, (11/91), • 52.252-2 Clauses Incorporated by Reference; (FEB 98), • 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; • 252.204-7003, Control of Government Personnel Work Product 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. 252.212-7001Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; (JUN 05); (JUN 05), 252-232.7003, Electronic Submission of Payment Report, (JAN 04), 252.247-7023 Transportation of supplies by Sea, with Alt III; (MAY 02), 252.225-7002 Qualifying Country Sources as Subcontractors 252.247-7023 Transportation of Supplies by Sea (May 02) Vendors must be registered in System for Award Management (www.sam.gov) before award can be made. All responses must be received no later than 4:00 P.M., Central Standard Time on 20 August 2013. Send all packages to AFTC/PZIO, Attn: A1C Jordan Carrillo, 308 West D Ave. Suite 130 (Bldg 260), Eglin AFB, Florida 32542-6862. For specific questions please email Jordan.Carrillo@eglin.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1e38e7b38421d15cba1ec6853bee713b)
 
Place of Performance
Address: 96 TW LMCA MHU BLDG 33, Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN03138713-W 20130808/130806235714-1e38e7b38421d15cba1ec6853bee713b (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.