SOLICITATION NOTICE
66 -- Vacuum Chamber and Parts
- Notice Date
- 8/21/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185
- ZIP Code
- 93524-1185
- Solicitation Number
- F04700-03-T-0088
- Response Due
- 9/3/2003
- Archive Date
- 9/15/2003
- Point of Contact
- Lesley Ervan, Contract Specialist, Phone 661-277-7706, Fax 661-275-7809, - Nicasio Arabe, Contract Negotiator, Phone 661-277-3321, Fax 661-275-7884,
- E-Mail Address
-
lesley.ervan@edwards.af.mil, nicasio.arabe@edwards.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation, 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 solicitation number is F04700-03-T-0088. This is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-15 and DFARs Change Notice (DCN) 20030722. This acquisition is 100% small business set-aside. North American Industry Classification System (NAICS) IS 339111. The size standard is 500 employees. This acquisition includes Contract Line Item Number: CLIN 0001: one (1) eachVacuum Chamber, “built to design specifications”; CLIN 0002: ten (10) each Viton Centering Rings, Mfr: Kurt Lesker, P/N: QF-25-100-SEV or equal; CLIN 0003: ten (10) each Viton Mesh Screen Centering Rings, Mfr: Kurt Lesker, P/N: QF-25-100-SM or equal; CLIN 0004: ten (10) each Machined Al Clamps, Mfr: Kurt Lesker, P/N: QF-25-100-MC; CLIN 0005: four (4) each Braided Hose, 48”, Mfr: Kurt Lesker, P/N: MHB-QF-B48 or equal; CLIN 0006: two (2) each Foreline Trap, Mfr: Kurt Lesker, P/N: TAS4CS100QF or equal; CLIN 0007: two (2) each Rotary Pumps, 7.1 CFM, 110V, 1 Phase, Mfr: Kurt Lesker, P/N: AV-UM2010SL; CLIN 0008: one (1) each Controller Base Unit, Mfr: Kurt Lesker, P/N: VL835032 or equal; CLIN: 0009: three (3) each CovecTorr Gauge Tube QF25 FLG, Mfr: Kurt Lesker, P/N: VL9090306 or equal; CLIN 0010: one (1) each ConvecTorr Board, Mfr: Kurt Lesker, P/N: VL9887301 or equal; CLIN 0011: one (1) each RS 485/422 Serial Interface Card for MG, Mfr: Kurt Lesker, P/N: VL8940301 or equal; CLIN 0012: one (1) each Rack Mount Kit for 19” Rack, Mfr: Kurt Lesker, P/N: VL6423301 or equal; CLIN 0013: two (2) each Controller Cable, 10 ft., Mfr: Kurt Lesker, P/N: VL912230100 or equal; CLIN 0014: two (2) each Controller Cable, 25 ft., Mfr: Kurt Lesker, P/N: VL91223025 or equal; CLIN 0015: one (1) each Blank off of all Flanges includes all Hardware and Labor, Mfr: Kurt Lesker, P/N: 42-QF40 ports and 4-CF 4.5” ports; CLIN 0016: one (1) each Major Maintenance Kit, Mfr: Kurt Lesker, P/N: AV-103903 or equal; CLIN 0017: two (2) each Minor Maintenance Kits, Mfr: Kurt Lesker; CLIN 0018: two (2) each Rear Shaft Seal Kit, Mfr: Kurt Lesker, P/N: AV-065875 or equal; and CLIN 0019: ten (10) each Hydrocracked Mechanical Fluid. Vacuum Chamber shall be fabricated in accordance with Drawing X20032565. The contract being contemplated is a firm-fixed price contract. Interested contractors who believe they can meet the requirements are invited to submit in writing complete information describing their ability to provide the requested items above and must be able to demonstrate technical experience in the designing and fabrication process. Interested parties need to download the drawing for the vacuum chamber. No hard copies of the RFQ, or portions there of will be provided. It is the offerors’ responsibility to ensure all efforts are taken on their behalf, or expertise obtained, to download all files in order to receive the entire RFQ package. Please read the entire package and complete all of the required information. CONTRACTORS MUST COMPLY WITH DFARS 252.204-7004, REQUIRED CENTRAL CONTRACTOR REGISTRATION (MAR 2000). CONTRACTOR CAN ACCESS THIS CLAUSE BY INTERNET URL: http://www.safaq.hq.af.mil/contracting/policy.html TO REGISTER, GO TO URL: http://ccr.edi.disa.mil. The following provisions and clauses apply: Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Provision 52.212-1, Instructions to Offerors--Commercial; clause 52.212-4, Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate 1; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small business concerns; 52.219-8, Utilization of Small Business Concerns; 52.222-26, Equal Opportunity; 52.225-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on special Disabled Veterans and Veterans of the Vietnam Era. DFAR clause 252.2127001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items applies. Applicable DFAR clauses cited in 252.212-7001 are: 252.225-7001, Buy American Act and Balance of Payments Program; 252.247-7024, Notification of Transportation of Supplies by Sea.); clause 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; clause 52.212-2 Evaluation--Commercial Items, the following factor shall be used to evaluate offers: Lowest, technically acceptable offer. The government will award a contract resulting from this RFQ to the responsible offeror whose quotation conforming to the solicitation will be the most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offeres: Price, and Technically acceptable with Technically acceptable being more important than price. Offerors must include a completed copy of the provision 52.212-3, Offeror Representations and Certifications--Commercial Items with the offer. If the offeror does not have a copy of this provision, contact the Contract Specialist to receive a copy. Offers are due at the Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA, 93524, on 03 SEP 2003, at 4 PM PST. Faxed or emailed transmissions of quotes are preferred, Fax # (661) 275-7809 or (661) 277-1814 or e-mail to: lesley.ervan@edwards.af.mil or Nic Arabe, Fax# (661) 277-0470, email to nicasio.arabe@edwards.af.mil .
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFMC/AFFTC/F04700-03-T-0088/listing.html)
- Place of Performance
- Address: EDWARDS AFB, CA
- Zip Code: 93524
- Country: USA
- Zip Code: 93524
- Record
- SN00409504-F 20030823/030821225010 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |