Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 25, 2017 FBO #5662
SOLICITATION NOTICE

59 -- PXI Chassis Racks - Statement of Work - Provisions - Clauses

Notice Date
5/23/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334118 — Computer Terminal and Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HQ Arnold Engineering Development Complex (AEDC) - Arnold, 100 Kindel Drive, Suite A-335, Arnold AFB, Tennessee, 37389-1335, United States
 
ZIP Code
37389-1335
 
Solicitation Number
F2ETG17080B101
 
Archive Date
6/13/2017
 
Point of Contact
Robert Mosley, Phone: 9314546706, Vincent K. Pitts, Phone: 9314545174
 
E-Mail Address
robert.mosley.3@us.af.mil, vincent.pitts@us.af.mil
(robert.mosley.3@us.af.mil, vincent.pitts@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Clauses Provisions Statement of Work for NI PXI DAS (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are requested and a written solicitation will not be issued. (ii) Solicitation number: F2ETG17080B101 (iii) The incorporated provisions and clauses and those in effect through Federal Acquisition Circular 2005-95, Effective: 19 January 2017 (iv) This solicitation will be set 100% aside for small business. The associated NAICS is 334118, with a maximum size standard of 1000 employees (v) Item Description (CLIN 0001): The products being procured are the hardware to build a Data Acquisition System (DAS), a chassis to mount the equipment and standard repair warranty coverage for the items procured. This is a single time purchase to meet the requirements of testing for the 746 Test Squadron (746 TS) and their customers. See Attachment I for Statement of Work. (vi) The supply items described are required within 60 Calendar Days after Receipt of Order (DARO). The inspection and acceptance for the supply items, materials, and training services is FOB destination. Destination is: 704 TSS/XPL 1656 Vandergrift Rd Building 1260 Holloman AFB, NM 88330 1. The intent of AFTC/PZI is to issue a Firm-Fixed Price Contract, IAW FAR 16.202. Progress Payments or Advance payment are not authorized. 2. Submission/Transmission of quotes. The following information incorporates FAR 52.212-1 -- Instructions to Offerors -- Commercial Items (Jan 2017), as tailored to incorporate FAR Part 13 procedures. Submit signed and dated quotes to the office specified in this synopsis/solicitation at or before the time specified in this RFQ. The offeror's transmittal of the Quote must contain the name, phone number, and e-mail address of the person to be contacted concerning any matter related to the solicitation. Include the following information in your Quote: a. Duns & Bradstreet (DUNS) number and Tax Identification Number (TIN); b. Company Name mailing address, and website address; c. Date submitted and Quote expiration date; d. Type of Company (i.e., small business, 8(a), woman owned, veteran owned, etc.) as validated via the System for Award Management (SAM). All offerors must register in SAM located at http://www.sam.gov/; e. Company Point of Contact, Phone and E-mail address. Additional Requirements; when quoting on this requirement, please include the following information: CAGE Code: __________ DUNS No: ______________ TIN: ________________ Delivery Date: If taking an exception to the delivery date stipulated in this combo synopsis/solicitation. 3. Period for acceptance of quotes. The Quoter agrees to hold the prices in its quote firm for 30 calendar days after the due date and time specified for the receipt of quotes. 4. General Information. Quotes may be submitted electronically to robert.mosley.3@us.af.mil no later than 5 June 2017 2:00 PM CST. Quoters are advised to ensure their firm's submission is received by the Contract Specialist by a return email acknowledging receipt of the quote; or Quoters may conduct a telephonic follow-up and receive a subsequent email acknowledging receipt of the quote. 5. All questions or comments regarding the Statement of Work, delivery requirements, or other terms of the RFQ shall be submitted not later than 30 May 2017, 2:00 PM CST. 6. Issuance of purchase order. Quotations should contain the quoter's best technical and price terms. The Contracting Officer may reject any or all quotations. The Contracting Officer may issue a purchase order to other than the quoter with the lowest priced quotation. After the evaluation of quotations, the Contracting Officer may negotiate final terms with one or more quoters of the Government's choice before issuing any purchase order. (a) Price Evaluation. The submitted quote will be evaluated for award purposes by totaling the price for CLIN 0001. (b) Total Evaluated Price. Price analysis will be performed to determine the reasonableness of the Quoter's quote. Reasonableness will be based on the total evaluated price. The total evaluated price will be calculated as the sum of prices for items in CLIN 0001. (c) Multiple purchase orders. The Government will issue one purchase order as a result of the request for quotation for any item or group of items of a quotation, unless the quoter qualifies the quotation by specific limitations. Unless otherwise provided in the Schedule, quotations may not be submitted for quantities less than those specified. However, the Government reserves the right to issue a purchase order for a quantity less than the quantity quoted, at the unit prices quoted, unless the quoter specifies otherwise in the quotation. (d) Technical capability of the item offered to meet the Government requirement. Quoters are instructed to provide the manufacturer's literature and any other documentation demonstrating that the offered end product meets the requirement detailed in the Government Specification; CLIN 0001. The Government will evaluate product literature or supplemented information provided in response to the RFQ to evaluate conformance to all minimum requirements enumerated in the Government Specification; CLIN 0001. (e) Number of Contracts to be awarded. The Government intends to select one contractor for award. However, the Government reserve the right to award no contract at all, depending on the quality of the quotes and prices submitted. (f) In accordance with FAR 13.004, the Government shall issue an offer, on an SF1449, to the successful quoter to purchase the above listed supplies and services. The Government intends to obtain written acceptance of its offer as evidenced by the quoters signature on the SF1449. (g) The Government will not sign a quoter provided purchase order, but may alter some elements of the final Government provided purchase order to incorporate agreed upon alternative commercial terms and conditions. See FAR 12.302(b) and (c) for information regarding non-negotiable Government provided terms and conditions. Government financing is not authorized for this request for quotation. (vii) In accordance with FAR 212-03 and ALT I -Offeror Representations and Certifications- Commercial Items, submit proof of System for Award Management (SAM) registration ( www.sam.gov ), and ensure that representations and certifications are complete and current. ATTACHMENTS Attachment I - Statement of Work (2 pages) Attachment II - Clauses Incorporated by Reference (8 pages) Attachment III - Additional Provisions (22 pages)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AEDC/F2ETG17080B101/listing.html)
 
Record
SN04518533-W 20170525/170523234946-48875d8a00bbfdd95cc9423b34590903 (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.