Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2006 FBO #1551
SOLICITATION NOTICE

51 -- TOOL KITS FOR AFRL

Notice Date
2/22/2006
 
Notice Type
Solicitation Notice
 
NAICS
332212 — Hand and Edge Tool Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 96th Contracting Squadron (Eglin AFB), 96th Contracting Squadron 205 West D Ave., Suite 541, Eglin AFB, FL, 32542-6862
 
ZIP Code
32542-6862
 
Solicitation Number
F1TBAZ5350A100
 
Response Due
3/3/2006
 
Archive Date
3/3/2006
 
Description
The 96th Contracting Squadron, Eglin AFB, Florida intends to solicit, and award a Firm-Fixed Price contract for the furnishing of all labor, tools, materials, and facilities to provide nine (9) Tool Kits in support of the Air Force Research Lab at Eglin AFB, FL. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, supplemented with additional information included in this notice. The announcement number is F1TBAZ5350A1. This announcement constitutes the only solicitation; and a written solicitation will not be issued. The North American Industry Classification System (NAICS) code for this acquisition is 332212 with a small business size standard of 500 employees. Please identify your business size in your response based upon this standard. This acquisition is for full and open competition. Off-base workload will include providing labor, tools, materials, and facilities to provide nine (9) Tool Kits in accordance with the attached List of tools and Statement of Objectives. STATEMENT OF OBJECTIVES AIR FORCE RESEARCH LAB (AFRL) TOOL SETS 30 AUGUST 2005 1.0 Program Objective: The objective is to supply, design, test, and manufacture Tool Sets to satisfy the user?s need /performance requirements. 2.0 Contract Objectives. It is an objective of this program that the contract define, as a minimum: 2.1 Design, Analysis, and Test: The design and supply of 9 laser-etched, foam-inlaid, Tool Sets to satisfy the user?s performance requirements. 2.2 Configuration Management: Supply all laser-etched, foam-inlaid tools and when necessary tool cases (see attached list) with the qualities commonly found in tools provided by suppliers of Snap-On Tools. Tool Brands should be standardized to the maximum extent possible. Qualities of the product will be at a minimum heat-treated metals, applicable grade of steel or applicable tool material, surface finish, fit, and tool performance. Tools shall come with a lifetime warranty. Replacement turn-around cannot exceed one week. Laser etch tools large enough to be laser etched and for those too small to be etched legibly shall be stored in laser etched cases. Only one type of tool per case for small tools. Tool sets pre-supplied in cases will be etched along with their case if possible. Laser etch shall be on flat metal surface where applicable. Rubber and/or fiberglass shall not be etched only a non-impact area of metal head should be area of etching. 2.3 Quality Control: The first set of tools shall be supplied to the end user for product layout and specific etching instructions. Once received from the user, the layout design shall be used to inlay in foam all tools on order. It is desired a dual-layered, dual-colored inlay job be utilized. Quality of foam should be that used as the standard quality used from Snap-on. The lower layer of foam should have a thick outer skin. Tool color (handles, etc) should contrast bottom layer of foam. Additional blank sets of foam that fit 2 lower-cabinet drawers (25? x 25?) for each tool set should be provided. Electronic copy of the tool inventory for each set shall be provided in an Excel spreadsheet. Each tool shall have the manufacturer name, model number, part number, drawer, warranty/reorder contact number, list of special options (e.g. color, special adapter etc.) needed to re-order. Tools shall be laser etched with the following 9-digit identification numbers: Set 1: <Blank> Set 2: EMMI00001 Set 3: EMMI00002 Set 4: EMMI00003 Set 5: EMMI00004 Set 6: EMMI00005 Set 7: EMMI00006 Set 8: EMMI00007 Set 9: EMMI00008 2.4 Logistics: Development and delivery of all Tools Sets necessary to support the AFRL requirement including, operational and repair manuals, and warranty data consistent with this concept. 3.0 Management Objective: The management objective is to allow the offeror the maximum flexibility to innovatively manage the program schedule, performance, risks, warranties, subcontracts, and data to produce the Tool Sets that satisfies the user?s performance requirements. Another objective is to maintain clear government visibility into the program schedule, performance, and risk. COMPOSITE TOOL KITS MODEL SHOP / MNMICTK# EMMI00001, 2, 3, 4, 5, 6, 7, 8(9 Work Cabinets) QTY Snap-on # Square Combination 12" 1 SQUARE12 Tweezers Curved 6 1/2" 1 TZK7 Tweezers Straight 6 1/2" 1 TZK7 Tape measure ?" x 12` 1 YASG153 Tape measure 1? x 25? 1 YASG155 Gauge Center 1 LST51475 Scribe Metal 1 LST50317 Knife Electrician 1 340T Drill index 1-60 1 DB160C Drill index Letter 1 DBA126B Drill index Fraction 1 DB129C Calipers Dial 1 LST64514 Micrometer 0-1" 1 LST51568 Micrometer 1-2" 1 LST51593 Micrometer 2-3" 1 LST51613 Scale 6" 1 LST51374 Scale 6?,Flex 1 LST51347 Scale Drill Point 1 Scale Depth 1 LST51080 Scale 12 1 LST51375 Edge Finder Center 1 LST53063 Edge finder 1/2" 1 Protractor Mechanical 1 LST50672 Edge finder 3/8 1 LST53062 Center drill Set #1 - #5 1 Radius gage Set 1 LST50619 Screw pitch gage American standard 1 Screw pitch gage Metric 1 Hacksaw Hand 1 HS20A Scissors Metal, large 1 KER1120 ?C? clamp 1 2 CL402A ?C? clamp 3 2 CL404A Handle T-Tap, 1/16 -3/16 1 LST50427 Handle T-Tap, 7/32-7/16 1 LST50428 Handle, Flat Tap, 12 1 LST50421 Vice grip Long nose, 4" 1 VGP12706 Vice grip Curve nose, 4" 1 VGP11105 Vice grip Curve jaw, 10" 1 VGP11110 Pliers Needle nose, 6 1/2 1 E796CG Pliers Diagonal cut, 6 1 E710ACG Pliers Slip joint, 6 3/4 1 46ACP Pliers Lineman?s, 7" 1 57AHLP Pliers Duck Bill 1 61ACP Screwdriver Phillips, #1 1 SGDP311R Screwdriver Common, 1/4 x 4" 1 SGD4 Screwdriver Phillips, #2 1 SGDP421R Screwdriver Common, 5/16 x 6" 1 SGD6 Screwdriver, Set Jewelers 1 SDE70 Screwdriver, Set Nut Driver 3/16? ? ? 1 107CNDD Allen wrench set Ball 1 BSH13A Wrench Adjustable, 6 1 FADH8 Wrench Adjustable, 10 1 FADH10 Wrench Adjustable, 12 1 FADH12 Hammer Ball peen, 8 oz. 1 BPN8B Hammer Ball peen, 16 oz. 1 BPN16B Mallet Dead blow, 16oz. 1 HBFE16 Mallet Dead blow, 32oz. 1 HBFE32 Hammer Brass, 2 ? lbs 1 HBR25 Hammer, Combination Plastic Tip 1 Punch-chisel Set 1 PPC715A File Card 1 Air nozzle Kit 1 JT13 File Set 1 SGHBF400 File Set 1 SGHBF500 File set Swiss 1 HBFN120 Wrench, Combination ?? ? 1 1 OEX711B Tool De-burring 1 DEBUR300 Drill chuck 3/8" Jacobs 1 Block set Angle 1 Gauge set Telescopic 1 LST52617 Flashlight Mag-lite 1 ECFB100 Flashlight Standard 1 ECF1B Magnetic base Round, Indicator 1 Indicator Diameter 2" travel 1 LST53309 Indicator Diameter 1" travel 1 LST53295 Indicator Diameter Internal, .030 travel 1 LST52943 Block 1-2-3 1 Block 1-2-3 1 Magnetic base Heavy Duty 1 LST56687 Magnet, Retrieval Telescopic 1 PT10C Gauges Small holes 1 LST53087 Mini Comparator 7x 1 YA527 Square Solid, 6" 1 Square Solid, 4" 1 Square Solid, 3" 1 Square Slide, 2" 1 Parallel set Adjustable 1 LST50586 Magnifier Optical 1 Countersink Set 100Deg 1 Parting tool Blade 1 Cleaner T-slot 1 Collet Stop 1 Allen Wrench Set Metric 1 BHM9A Tool Holder Parting 1 Tool Holder Straight 1 Tool Holder Universal AXA 16 1 Drill Chuck Sensitive 1 Ratchet 1/4, Pneumatic 1 PTR200A Grinder 1/4, Pneumatic 1 PT220R Leveling Jack Set 1 LST50687 Measuring Triangles Thread 1 Mirror Inspection, Round 1 GA295 Dresser Diamond / 3/8? Dia. 1 Ratchet Set ?? Drive 1 114ATMP Ratchet Set 3/8? Drive 1 222AFSP Gage Feeler 1 FB335 File Set Thread Restorer 1 TFTFM932 Vise Machinist 1 WV300S Socket Set Tap 1 TDL8 Kit Lighted Mirror 1 CM6570 Gage Acme Thread 1 Allen Wrench Set High Torque T8 - T40 1 AWTEF8K Tool Chip Removal 1 Stones Honing, ? ?Square 1 ? ?Round 1 ? ?Triangle 1 Flat Carbide 1 Magnifying Glass 3? Round 1 Tool Holders Valenite / SDJCR-8-21.5 1 Valenite / SCLCR-8-21.5 1 Valenite / SDTMR-8-3 1 Valenite / SSDCN-8-21.5 1 Pliers 10 Channel Lock 1 90BP Pliers 12 Channel Lock 1 Retrieving Tool 24? Flex Finger 1 Set Pin Vise 1 LST51140 Drill Set Center Drill Extension #2 - #5 1 Kit Apex Bits ?? Drive 1 SDM400A Drill Pneumatic Reversible ?? 1 Drill Pneumatic Reversible 3/8? 1 AT803 Square Combination 6? 1 LST56393 Gage Micro Finish 1 Parallel Set Steel 1/8? 1 Set Allen Wrench T-Handle 6? Metric 1 AWMCG1600B Set Allen Wrench T-Handle 6? Standard 1 AWCG1600B Set, Punch Pin, Long 1 PPCL60AK Scale, Steel 18? 1 Blocks V 1 Set Handle, Flat Tap, 6? 1 LST50419 Socket Holder Apex ?? 1 GTMBS8A Hex Bit T-7 1 SDMT7A Drill Index Blank, 0-60 1 Drill Index Blank, A-Z 1 Drill Index Blank, 1/16 ? 1/2 1 The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-07. The following clauses are incorporated by reference: FAR 52-212-1, Instructions to Offerors-Commercial Item and any addenda to the provisions (JAN 05); 52.212-2, Evaluation-Commercial Items (Evaluation will be based on price and price related factors) (JAN 99); 52-212-3 Offeror Representations and Certifications- Commercial Items (MAR 05) (Offerors must submit a complete copy with their offers. To request an electronic copy of 52-212-3, E-Mail me at the below e-mail address) at Full Text or ORCA; 52.212-4 Contract Terms and Conditions- Commercial Items (MAR 03); 52.212-5, (Dev) Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (JAN 05), sub-clauses that apply to 52.212-5 (Dev) are 52.203-6, Restrictions on Subcontractor Sales to the Government (JUL 95), with Alternate I (OCT 95)(41 U.S.C. 253g and 10 U.S.C. 2402), 52.222-3, Convict Labor (JUN 03), 52.222-19, Child Labor?Cooperation with Authorities and Remedies (JUN 04), 52.222-21, Prohibition of Segregated Facilities (FEB 99), 52.222-26, Equal Opportunity (APR 02), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 01), 52.222-36, Affirmative Action for Workers with Disabilities (JUN 98), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 01), 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 04), 52.225-13, Restrictions on Certain Foreign Purchases (DEC 03), 52.225-15, Sanctioned European Union Country End Products (FEB 00), 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (OCT. 03); 52.232-18, F.O.B Destination (NOV 91), 252.204-7004, Alt, Required Central Contractor Registration (CCR); 252-212-7001 Contract Terms and Conditions Required to Implement Statures or Executive Order Applicable to Defense Acquisitions of Commercial Items (JAN 05) sub-clauses that apply to 252.212-7001 (Dev) 52.203-3 Gratuities (APR 84), 252.225-7001 Buy American Act and Balance of Payments Program (APR 03). The following provisions and clauses are provided in full text: 52.252-2 -- Clauses Incorporated by Reference (FEB 98) This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of Clause); 52-252.6, Authorized Deviations Authorized Deviations in Clauses (APR 84) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of ?(DEVIATION)? after the date of the clause. (b) The use in this solicitation or contract of any DFARS. (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of ?(DEVIATION)? after the name of the regulation. DFARS, (NOV 03); 252-232.7003, Electronic Submission of Payment Report (JAN 04), (a) Definitions. As used in this clause?(1) ?Contract financing payment? and ?invoice payment? have the meanings given in section 32.001 of the Federal Acquisition Regulation. (2) ?Electronic form? means any automated system that transmits information electronically from the initiating system to all affected systems. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. However, scanned documents are acceptable when they are part of a submission of a payment request made using one of the electronic forms provided for in paragraph (b) of this clause. (3) ?Payment request? means any request for contract financing payment or invoice payment submitted by the Contractor under this contract. (b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests using one of the following electronic forms: (1) Wide Area WorkFlow-Receipt and Acceptance (WAWF-RA). Information regarding WAWF-RA is available on the Internet at https://wawf.eb.mil. (2) Web Invoicing System (WInS). Information regarding WInS is available on the Internet at https://ecweb.dfas.mil. (3) American National Standards Institute (ANSI) X.12 electronic data interchange (EDI) formats. (i) Information regarding EDI formats is available on the Internet at http://www.X12.org. (ii) EDI implementation guides are available on the Internet at http://www.dfas.mil/ecedi. (4) Another electronic form authorized by the Contracting Officer. (c) If the Contractor is unable to submit a payment request in electronic form, or DoD is unable to receive a payment request in electronic form, the Contractor shall submit the payment request using a method mutually agreed to by the Contractor, the Contracting Officer, the contract administration office, and the payment office. (d) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. (End of clause); 252-246.7000, Material Inspection and Receiving Report (MAR 03) (a) At the time of each delivery of supplies or services under this contract, the Contractor shall prepare and furnish to the Government a material inspection and receiving report in the manner and to the extent required by Appendix F, Material Inspection and Receiving Report, of the Defense FAR Supplement. (b) Contractor submission of the material inspection and receiving information required by Appendix F of the Defense FAR Supplement by using the Wide Area WorkFlow-Receipt and Acceptance (WAWF-RA) electronic form (see paragraph (b)(1) of the clause at 252.232-7003) fulfills the requirement for a material inspection and receiving report (DD Form 250) (end of clause); (J2) Wide Area Work Flow DODAAC and Email distribution table (SF1449). The following codes will be required to route your invoices and additional, emails correctly through WAWF. Invoice Type: Invoice and Receiving Report (COMBO). Contract Number: See Block number 2 of the award: Delivery Order: See Block number 4 of the award of applicable: Issue Date: See Block number 9 of the award: Issue DODAAC: See Block number 9 of the award: Admin DODAAC: See Block number 16 of the award: Inspection By DODAAC/Ext: FA2823/ (850) 882-0334: Ship To Code/Ext: See Block number 18a of the award: Ship From Code: Add vendor information: Pay DODAAC: See Block number 18a of the award: Additional Email Notifications: 1. Inspector: 46tw.tstdl.logisticsmatcontactivity@eglin.af.mil: 2.Acceptor: 46tw.tstdl.logisticsmatcontactivity@eglin.af.mil : 3. Contract Administrator: blake.high@eglin.af.mil Contracting Officer: frederick.marsh@eglin.af.mil : Payment may be expedited electronically 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 the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. To view the provisions and clauses in full text, visit the web site (http://farsite.hill.af.mil). The quotes are at the discretion of the offeror. If your company is capable of providing this item of supply, qualification package should be received NLT 4:00 PM., Central Time on March 3, 2006. Anticipated award date is approximately 1 week after the due date. Send all packages to 96 CONS/MSCBB, Attn: Amn Blake High, 205 West D. Ave, Suite 541, Eglin AFB Florida, 32542-6862, or by facsimile to (850) 882-1680 or by email at blake.high@eglin.af.mil or Frederick Marsh at frederick.marsh@eglin.af.mil.
 
Place of Performance
Address: 205 West D Ave Ste 541, Eglin AFB, FL
Zip Code: 32542
Country: USA
 
Record
SN00992397-W 20060224/060222212220 (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.