Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2005 FBO #1311
SOLICITATION NOTICE

66 -- Refrigerant system trainer, Wind Tunnel, Manometer package

Notice Date
6/27/2005
 
Notice Type
Solicitation Notice
 
NAICS
332313 — Plate Work Manufacturing
 
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
F1SBAA5158B002
 
Response Due
7/11/2005
 
Archive Date
7/12/2005
 
Description
The Air Force Flight Test Center (AFFTC), Edwards AFB intends to award a, Firm-Fixed Price (FFP) contract, under Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR 13, Simplified Acquisition. The NAICS code is 332313. Part numbers specified are desired items, suitable substitutes will be accepted, and evaluated technically, based on needs and equivalency to the requirements of requesting activity, Air Force Research Laboratory. 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 following items will be procured: CLIN 0001- Refrigeration system trainer with data logging and evaporator, and tempered glass condenser coils, CLIN 0002- Sub Sonic Wind Tunnel with a 12?x12? x24? ID test Section. CLIN 0003- Manometer Package, CLIN 0004- Lift and Drag Force Demonstrator, CLIN 005-Wing w/slat flap, CLIN 0006- Probe Accessory Package, CLIN 0007- Smoke Generator, CLIN 0008- CDL data logging Lab View. (Described Item to be shipped to Edwards AFB, CA) (1) Minimum of a one-year warranty The following government provisions and clauses apply: Provision FAR 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. FAR 52.212-1, Instructions to Offerors?Commercial Items (addendum to paragraph (h): a single award will be made; FAR clause 52.212-2, Evaluation--Commercial Items, the following factors shall be used to evaluate offers: (1) Technically acceptable and (2) Price - Award will be made to the lowest cost, technically acceptable responsible offeror; FAR clause 52.212-3, Offeror Representations and Certifications - Offerors must include a completed copy of the provision with the offer via the ORCA website. Instructions for completing this requirement can be found by going to website http://orca.bpn.gov/ and http://orca.bpn.gov/help.aspx. In order to register via ORCA, vendor must also have an active DUNS Code (Dunn and Bradstreet - http://www.dnb.com/us/), be actively registered in the Central Contracting Registration (CCR - https://www.bpn.gov/CCR/scripts/index.html) system, and obtain a Marketing Partner Identification Number (MPIN -http://www.ccr.gov/mpin.asp). Offerors shall provide the information required in the clause; FAR 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 the following clauses: FAR 52.222-19 ? Child Labor-Cooperation with Authorities and Remedies, FAR52.222-21- Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, 52.222-35, 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); and clause 52.232-33 Mandatory information for electronic funds transfer payment technically acceptable offer; FAR 52.211-6 Brand name of equal. Offerors quoting on equals must provide descriptive literature to the extent necessary to allow the Government to determine the technical acceptability of the ?equal? item. The following DFARs clauses apply to this acquisition: 252.212 7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items. Contractors interested in this requirement should submit a complete technical package, which provides clear and convincing evidence that they can meet the Government?s requirement. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-04, DCN 2005-0606. All interested offerors may submit a quote. The specifications are listing by CLINs in the description above. Delivery will be to 302 N. Mercury Blvd, Bldg 8460 Edwards AFB CA 93525-7690. Additional information: Technical point of contact for technical questions: LT. Landon Bastow, 661-275-5397. Contractual point of contact is: Tom Shea, 661-277-7706 fax 661-275-7859. Send all offers via fax by close of business February 15, 2005. Email all inquires to deanna.wright@edwards.af.mil. Additional information can be obtained from Technical Point or Contractual point of contact. FEDBIZOPS web site: http://www.eps.gov/.
 
Place of Performance
Address: EDWARDS AIR FORCE BASE, 5 SOUTH WOLFE AVE, EDWARDS AFB CA
Zip Code: 93524
Country: USA
 
Record
SN00837071-W 20050629/050627211937 (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 |
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.