SOLICITATION NOTICE
66 -- Fatigue Tester Controllers and Software Systems - Solicitation
- Notice Date
- 7/30/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Material Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
- ZIP Code
- 84056
- Solicitation Number
- FA8224-15-T-0041
- Archive Date
- 9/4/2015
- Point of Contact
- Brian J. Goodrich, Phone: 8015862089, Richard A. Salazar, Phone: 8015865548
- E-Mail Address
-
brian.goodrich.1@us.af.mil, richard.salazar@us.af.mil
(brian.goodrich.1@us.af.mil, richard.salazar@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Purchase Description Solicitation The OL:H/PZIMB, Hill AFB Utah, intends to solicit, negotiate, and award a Firm Fixed Price contract for Fatigue Tester Controllers and Software Systems to the responsible quoter whose proposal conforms to the solicitation, which will be most advantageous to the government. The Government reserves the right to not make an award at all. 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 is attached. Solicitation number FA8224-15-T-0041. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular, FAC 05-78 November 25, 2014. This will be full and open competition with no set-aside. The applicable NAICS code is 334519. Responsible quoters shall provide pricing for the items below: (FAR Clause 52.247-34 F.O.B. destination will be used. Include shipping in the quoted prices of the individual items.) The Air Force is procuring: Fatigue Tester Controllers and Software Systems in accordance with the Purchase Description. 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 the delivery schedule. As soon as an offer is found that meets the technical requirements, the evaluation will end, the more expensive proposals will not 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. INSPECTION AND ACCEPTANCE CRITERIA Deliverables will be inspected upon arrival. DELIVERY Delivery will be determined as a pass or fail technical requirement with the following schedule: 90 Days ARO. SHIPPING ADDRESS 309 MXSG Jill Smith 7278 4TH ST BLDG 100 BAY D Hill AFB UT 84056-5205 PROVISIONS AND CLAUSES The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors - Commercial; 52.212-2, Evaluation - Commerical Items; 52.212-3 (Alt 1), Offeror Representations and Certifications - Commercial Items. In accordance with FAR 52.212-3 (Alt 1), Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov. The following clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7006 Wide Area WorkFlow Payment Instructions. 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, 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. All quotations shall be sent to: brian.goodrich.1@us.af.mil All offerors shall ensure the solicitation number is in the subject line of the email. If a hardcopy is being mailed, include the solicitation number on the outermost packaging. The entire solicitation will be made available only on FedBizOpps (FBO) website at: https://www.fbo.gov/. All current/future information about this acquisition, i.e. solicitation, amendments, purchase specification, and Q&As will be distributed through FBO. Interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this solicitation. All payments are to be paid via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire the status of your payment.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8224-15-T-0041/listing.html)
- Place of Performance
- Address: To be determined, United States
- Record
- SN03816850-W 20150801/150730235631-c4385a1155d260802cb20dcbeb99d69d (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 |