Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 24, 2014 FBO #4534
SOLICITATION NOTICE

66 -- Camera Adapter for Alignment Telescopes - Purchase Description, Data Requirements, and Schedule B

Notice Date
4/22/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/WNMRP AFMETCAL, 813 Irving Wick Dr. W. Bldg 2, Heath, Ohio, 43056-6116, United States
 
ZIP Code
43056-6116
 
Solicitation Number
FA2263-14-Q-0007
 
Archive Date
12/31/2014
 
Point of Contact
Tom Carson, Phone: 740-788-5049, Amy I Poling, Phone: 740-788-5045
 
E-Mail Address
thomas.carson.2@us.af.mil, Amy.Poling@us.af.mil
(thomas.carson.2@us.af.mil, Amy.Poling@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Schedule B DD 1423 and Data Item Descriptions (DID) Purchase Description Attachment Data Requirements Purchase Description 14M-251A-DI, dated 6 September 2013 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 Camera Adapters for Alignment Telescopes to Brunson Instrument Company Inc., 8000 East 23rd Street, Kansas City, MO 64129. Brunson Instrument Company Inc. possesses the proprietary rights and is therefore the only supplier that can offer the Camera Adapters for Alignment Telescopes. 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) 2005-72; Defense Acquisition Circular (DAC) 91-13; and Defense Publication Notice (DPN) 20140421. 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 FA2263-14-Q-0007 and shall be referenced on any offer submitted. The North American Industry Classification System (NAICS) code for this acquisition is 333314 and the business size standard is 500 employees. This quotation is being solicited as unrestricted. The sole source requirement will provide for the Camera Adapters for Alignment Telescopes in accordance with Purchase Description 14M-251A-DI, dated 6 September 2013. The purchase description and data requirements are available for download at this site. Products offered shall be commercially available. Delivery of 1 each first production unit shall be due 120 days after receipt of award notification and can arrive at the destination no sooner than 7 days before the required delivery date. Delivery of production units shall be a min of 4 each max of 4 each due 90 days after acceptance of the first production units and continue at the rate of 4 each every 30 days thereafter until complete. Accelerated delivery is not permitted unless authorized by the contracting officer. Units will be shipped to AFMETCAL in Heath Ohio. Delivery shall be FOB destination. Contingent upon the availability of funds, delivery of option quantities of a min of 4 each max of 4 each will be due 30 days after completion of CLIN 0004 basic contract - production units or 90 days after exercise of option whichever is later and continue at the rate of 4 each every 30 days thereafter until all units exercised are delivered. The units will undergo acceptance testing which will be completed within 45 days after receipt at AFMETCAL in Heath Ohio. Invoices may not be submitted in WAWF until the units have been accepted. Offerors will be required to provide pricing for a total of 37 units. Offerors shall complete Schedule B, posted at this site, for proposed pricing. The current versions of the following clauses apply to this acquisition and are incorporated by reference: FAR 52.203-3 Gratuities; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I; 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 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; 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 as follows: (1) The evaluated price will be the unit price proposed multiplied by the specified unit quantity (e.g. 1 EACH), (2) For the option units where there is a quantity range, the evaluated price will be the unit price proposed multiplied by the maximum quantity in that range. (3) The sum of all CLINs (Basic Year and Options) will represent the total evaluated price. (4) Offeror's are advised that the evaluation of options shall not obligate the government to exercise such options; 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 52.219-8 Utilization of Small Business Concerns; 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 52.222-35 Equal Opportunity for Veterans; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 Employment Reports on Veterans; FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 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 52.232-33 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; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials; DFAR 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; DFARS 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law; DFAR 252.211-7003 Item Identification and Valuation; DFAR 252.225-7013 Duty Free Entry; DFAR 252.227-7015 Technical Data - Commercial Items; DFARS 252.227-7037 Validation of Restrictive Markings on Technical Data; DFAR 252.232-7003 Electronic Submission of Payment Request and Receiving Reports; DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions; DFAR 252.232-7010 Levies on Contract Payments; DFARS 252.244-7000 Subcontracts for Commercial Items; DFAR 252.247-7023 Transportation of Supplies by Sea; AFFARS 5352.201-9101 Ombudsman - When appropriate, potential offerors may contact Ombudsman Jill Willingham, AFLCMC/AQP at Phone 312-785-5472. 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. 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 a copy of subcontracting plan if applicable, (10) include completed Schedule B, which includes pricing for option year quantities, (11) 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-A70 rated order. Offers are due by 22 May 2014 at 2:00 PM EST to: Tom Carson, 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 overnight mail. Electronic submissions to thomas.carson.2@us.af.mil are permissible in a PDF compatible attachment with an original sent by overnight mail. Due to current Air Force requirements emails shall not include ZIP files. 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. Any offer or modifications to the offer received after the exact time specified for receipt of offers/quotes may not be considered. Any offer or modifications to the offer received after the exact time specified for receipt of offers may not be considered. If no written response is received by 22 May 2014, to the effect that comparable items are available that meet the Government's requirements, and that it is more advantageous to the Government than obtaining these items through a sole source procurement with Brunson Instrument Company Inc., a sole source award will be made. 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/FA2263-14-Q-0007/listing.html)
 
Place of Performance
Address: 813 Irving Wick Dr W, Heath, Ohio, 43056-1199, United States
Zip Code: 43056-1199
 
Record
SN03345193-W 20140424/140422234910-4a655170a5dc24c0d9a085e6e51b665b (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.