Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 20, 2015 FBO #4836
SOLICITATION NOTICE

52 -- Portable Low Pressure Calibrator - CSS

Notice Date
2/18/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, PK/PZ Tinker AFB, 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015, United States
 
ZIP Code
73145-3015
 
Solicitation Number
FA8126-15-Q-0090
 
Point of Contact
Darrell L. Hafer, Phone: 4057395819
 
E-Mail Address
darrell.hafer@us.af.mil
(darrell.hafer@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation in MS Word Combined Synopsis/Solicitation (IAW FAR 12.603) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 Air Force Sustainment Center (AFSC/PZIMB) at Tinker Air Force Base Oklahoma, intends to award one firm fixed price contract for the acquisition of material listed below. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-78. Proposal Submission Information: Quotations are due by: 2-Mar-15, 1500 Central Standard Time (CST). Contact the following individual for information regarding this solicitation: Darrell L. Hafer III Contract Specialist Darrell.hafer@us.af.mil NOTE: Emailed proposals are preferred EVALUATION OF RESPONSES: Award will be conducted and evaluated under the provisions of FAR Part 12, Acquisition of Commercial Items. The responsible offeror must be registered in the Online Representations and Certifications (ORCA) database (available at: https://www.acquisition.gov) system per FAR 52.212-3. Offeror must also be registered in the System for Award Management and Central Contractor Registration databases (also available at: https://www.acquisition.gov ). FAR 52.212-1. Instructions to Offerors - Commercial applies to the acquisition. This solicitation is being issued as a Request for Quote (RFQ), for a firm fixed price type contract. In accordance with FAR 52.212-2 Evaluation Commercial Items, the Government will evaluate quotes in terms of technical acceptability and price. The Government will evaluate all factors concurrently for the three (3) lowest priced proposals. Should one of those three (3) proposals not be found technically acceptable, the next one (1) lowest priced offeror will be reviewed for technical acceptance. The lowest priced technically acceptable quote that conforms to the RFQ may be selected for award. In order to be technically acceptable and conform to the RFQ, the vendor must propose exactly in accordance with the item description reflected below - no deviations will be accepted. Vendor must provide a quote for each individual Line Item and a Total Price amount. Failure to do so will result in vendor being found ineligible for award. Number of Contracts to be Awarded The Government intends to select one contractor; however, the Government reserves the right to award no contract at all, depending on the quality of the proposals/quotes and prices submitted and the availability of funds. This is a 100% Small Business Set-Aside Requirement NAICS Code: 334519 Contract Line Items (CLINs): Note: All CLINs are Firm Fixed Price (FFP) Detailed Description of Items: This requirement is for a Portable Low Pressure Calibration Unit to calibrate pneumatic process measurement instruments or field calibration devices. Must meet the following technical evaluation criteria: 1. Gas Pressure Controller Complete System or Kit 2. Base, Gas pressure controller 3. Advanced Local User Interface 4. HI-A7MS, HI RPT, 7 MPA Absolute, STD 5. UOM-US, Nominal Ranges I US Units of Measure 6. I/O-NO, RS32 and Front Panel USB Interface ONLY 7. Operating Temperature range of 14 to 40C (50F to 104F) 8. Storage Temperature range of 20 to 70C (-4F to 158F) 9. Vibration Meets MIL-T-28800D 10. Pressure ranges vacuum to 14MPa (2,000 psi) 11. Operating Medium any clean, dry, non-corrosive gas 12. Supply pressure maximum desired set pressure +70 kPa (10 psi) 13. Exhaust pressure atmosphere or vacuum for pressures under 5 psig (35 kPa gauge) 14. Pressure connections - a. TEST (+), TEST (-): 1/8 in. NPT F b. SUPPLY: 1/8 in. NPT F c. EXHAUST: 3/8 in. NPT F d. ATM: 10-32 UNF 15. Pressure Limits: a. Maximum working test pressure: 103% Hi Q-RPT maximum b. Maximum pressure on TEST port without damage: 115% Hi Q-RPT maximum 16. Utility Sensor (if present): a. Resolution: 0.001% of span b. Precision: 0.1% of span 17. Warm up time 30 minute temperature stabilization recommended for best performance from cold power up 18. Resolution to 1 ppm, user adjustable 19. Acceleration affect +/- 0.008%/g maximum, worst axis. 20. Allows operation at +/- 20 degrees from reference plane without significant effect 21. Predicted one year stability1 +/- 0.005% of reading (gauge mode or absolute mode with regular use of autozero) 22. Precision2 Full Scale Standard Q-RPT Class a. +/- 0.01% of AutoRanged span4 b. Standard Q-RPT Class i. +/-0.008% of reading5 c. Premium Q-RPT Class i. +/-0.005% of reading7 23. Measurement Uncertainty3 Full Scale Standard Q-RPT Class a. +/- 0.015% of AutoRanged span4 b. Standard Q-RPT Class i. +/- 0.01% of reading6 c. Premium Q-RPT Class i. +/- 0.008% of reading8 Delivery Information: Delivery point to be FOB Destination, Tinker AFB, OK 73145. Note - the following contract provisions/clauses apply to this acquisition - please insert information where appropriate: Contract Terms and Conditions - Commercial items applies. See FAR 52.214-4 Contract Terms and Conditions required to Implement Statutes or Executive Orders - Commercial Items in accordance with FAR 52.212-5 applies. 52.232-33 -- Payment by Electronic Funds Transfer-- System for Award Management. 252.232-7006 Wide Area WorkFlow Payment Instructions. 52.225-18 - Place of Manufacture. As prescribed in 25.1101(f), insert the following solicitation provision: Place of Manufacture (Sep 2006) (a) Definitions. As used in this clause- "Manufactured end product" means any end product in Federal Supply Classes (FSC) 1000-9999, except- (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. "Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. (b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly- (1) [ ] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) [ ] Outside the United States. (End of provision) 252.209-7994 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2015 APPROPRIATIONS (DEVIATION 2015-O0005) (DECEMBER 2014) (a) In accordance with section 101(a) of Division A of the Continuing Appropriations Act, 2014 (Pub. L. 113-46), none of the funds made available by that Act for DoD (including Military Construction funds) may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ___ ] is not [ ___ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ___ ] is not [ ___ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8126-15-Q-0090/listing.html)
 
Place of Performance
Address: Tinker AFB, Oklahoma, 73145, United States
Zip Code: 73145
 
Record
SN03645263-W 20150220/150218235324-ea45e768b0860dd8f29c1f30e229b8ea (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.