SOLICITATION NOTICE
66 -- Pressure Transducers - F1S0AF6144B101
- Notice Date
- 6/22/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
- ZIP Code
- 93524-1185
- Solicitation Number
- F1S0AF6144B101
- Point of Contact
- Steven A. Winner, Phone: 6612777707, Chuck McKinley, Phone: 6612779519
- E-Mail Address
-
steven.winner.1@us.af.mil, charles.mckinley.2@us.af.mil
(steven.winner.1@us.af.mil, charles.mckinley.2@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Pressure Transducers - Posted as Brand Name or Equal to P/N LQ-1-750-25SG as outlined in the Combined Synopsis/Solicitation Combined Synopsis/Solicitation - F1S0AF6144B101 This is a combined synopsis/solicitation for commercial items prepared IAW 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 an additional written solicitation will not be issued. This is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR) and Supplements, Federal Acquisition Circular (FAC) 2005-88 and DFARs Change Notice (DPN) 20160607. NAICS is 344519 with a business size standard of 500 employees. This acquisition is a 100% small business set-aside. The Air Force Test Center (AFTC), at Edwards AFB, CA is seeking potential sources capable of providing a QUANTITY OF TWENTYFIVE (25) EACH, P/N LQ-1-750-25SG Pressure Transducer or equal as outlined in the minimum salient characteristics. BRAND NAME OR EQUAL TO: Kulite Semiconductor Products, Inc. QUANTITY OF TWENTY FIVE (25) EACH, P/N LQ-1-750-25SG Pressure Transducer. Minimum salient characteristics: i. Dynamic Pressure Transducer. ii. Output: 225mv. iii. Comp Range: -60F to 250F. iv. Span Shift: +/-2% /100F Typical. v. Zero Shift: +/-3.5% FS/100F. vi. Depth can be no more than 0.070 +/- 0.002. vii. Each Pressure Transducer shall have 32AWG, 4 Conductor Shielded Cable, with a length of the cable minimum at 35 Feet.. Delivery: 18 WARO Place of delivery, performance, and acceptance is FOB Destination, Edwards AFB, CA 93524. Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit in writing a complete quote including delivery FOB Destination Edwards AFB, CA 93524. Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. OFFERORS MUST COMPLY WITH FAR 52.204-99 System for Award Management Registration (DEVIATION) INTERESTED OFFERORS CAN ACCESS THE CLAUSES BY INTERNET URL: http://farsite.hill.af.mil. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) BECAME MANDATORY 1 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH BUSINESS PARTNERING NETWORK BY INTERNET URL www.sam.gov. TO REGISTER WITH CCR, GO TO URL: www.sam.gov. The government will be evaluating quotes IAW FAR 52.212-2 -- Evaluation -- Commercial Items (Jan 1999). 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: i. Price ii. Technical capability of the item offer to meet the Government requirement The following factor shall be used to evaluate offers: Lowest Price Technically Acceptable offer, technically acceptable is meeting all minimum salient characteristics. Only the Lowest Priced, Technically Acceptable (LPTA) offeror will be awarded. The following provisions and clauses apply: Provision 52.204-07, System for Award Management Provision 52.204-16, Commercial and Government Entity Code Reporting Provision 52.204-17, Ownership or Control of Offeror Provision 52.204-18, Commercial and Government Entity Code Maintenance Clause 52.204-19, Incorporation by Reference of Representations and Certifications Provision 52.204-20, Predecessor of Offeror Provision 52.209-02, Prohibition on Contracting with Inverted Domestic Corporations-Representation Clause 52.211-06, Brand Name or Equal; Clause 52.212-03, Offerors Representations and Certifications-Commercial Items Clause 52.212-04, Contract Terms and Conditions--Commercial Items; Clause 52.212-05, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: Clause 52.219-28, Post-Award Small Business Program Representation Clause 52.222-19, Child Labor-Cooperation with Authorities and Remedies. Clause 52.223-18, Encouraging Contractor Policies to Ban Text-Messaging While Driving. Clause 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications Clause 52.233-04, Applicable Law for Breach of Contract Claim Clause 52.232-33, Payment by Electronic Funds Transfer - System for Award Management. Clause 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. The following DFARs clauses apply to this acquisition: Clause 252.203-7000, Requirements Relation to Compensation of Former DoD Officials. Provision 252.203-7996, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (DEVIATION 2016-O0003)(OCT 2015). Clause 252.203-7997, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION 2016-O0003) (OCT 2015) Clause 252.203-7005, Representation Relating to Compensation of Former DoD Officials Clause 252.204-7003, Control of Government Personnel Work Product. Clause 252.204-7012, Safeguarding of Unclassified Controlled Technical Information. Clause 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support. Clause 252.223-7008, Prohibition of Hexavalent Chromium. Clause 252.225-7001, Buy American and Balance of Payments Program. Clause 252.225-7002, Qualifying Country Sources as Subcontractors. Clause 252.225-7048, Export Controlled Items. Clause 252-232-7003, Electronic Submission of Payment Requests and Receiving Reports. Clause 252.232-7006, Wide Area WorkFlow Payment Instructions. Clause 252.232-7010, Levies on Contract Payments; Clause 252.244-7000, Subcontracts for Commercial Items. Clause 252.247-7023, Transportation of Supplies by Sea. The following AFFARS clauses apply to this acquisition: Clause 5352.223-9000, Elimination of Use of Class I Ozone Depleting Materials; Clause 5352.201-9101, Ombudsman; Offers are due at the Air Force Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Building 2800, Edwards AFB, CA, 93524, not later than July 14, 2016 at 3:00 pm PST. E-mail address: steven.winner.1@us.af.mil. Phone: 661-277-7707, Fax: 661-277-0470.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/F1S0AF6144B101/listing.html)
- Place of Performance
- Address: AFTC/PZIEA, 5 South Wolfe Avenue, Bldg. 2800, Edwards Air Force Base, California, 93524, United States
- Zip Code: 93524
- Zip Code: 93524
- Record
- SN04158098-W 20160624/160622234511-da365e463188243cb961f37946a7e740 (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 |