SOLICITATION NOTICE
66 -- Primary Temperature Resistance Bridge
- Notice Date
- 4/24/2007
- Notice Type
- Solicitation Notice
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, 562 CBSSS GBKA (AFMETCAL), 813 Irving Wick Dr. W., Heath, OH, 43056-6116, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- FY2333-07-Q-0013
- Response Due
- 5/9/2007
- Archive Date
- 10/1/2007
- Description
- AFMETCAL Det1 at Heath, OH intends to award a firm fixed price purchase order under Simplified Acquisition Procedures (SAP) for the purchase of primary temperature resistance bridge with standard one-year warranty, manuals, and calibration procedures see DD1423. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subparts 12.6 and 13, as supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circulars 2005-16 and DAC 91-13, DFARS Change Notice (DCN) 20070327. This announcement constitutes the only solicitation. Quotes are being requested and a written request for quotation (RFQ) will not be issued. It is the offeror's responsibility to monitor this site for the release of amendments (if any). The RFQ number is FY2333-07-Q-0013 and should be referenced on any offer submitted. The North American Industry Classification System (NAICS) code for this acquisition is 334513 and the business size standard is 500 employees. This quotation is being solicited as unrestricted. The requirement is for two primary temperature resistance bridge in accordance with Purchase Description 07M-208A-TE dated 20 July 2006, with a standard warranty of at least one year and data in accordance with DD1423 and DiD1664. Purchase description and data requirements are available for download at this site. Items offered shall be commercially available. In addition, the document titled USAF Standard Desktop Configuration (SDC) Application Development Requirements is attached to the purchase description and shall be quoted separately. Therefore, the CLIN structure for this combined synopsis solicitation shall be CLIN 0001 Primary Temperature Resistance Bridge IAW purchase description 07M-208A-TE, dated 20 July 2006 with a normal system requirements only software desktop configuration; CLIN 0002 - Primary Temperature Resistance Bridge IAW purchase description 07M-208A-TE, dated 20 July 2006 with the USAF Standard Desktop Configuration (SDC); and CLIN 0003 Data requirements IAW form DD1423 and DiD1664. All offers shall be in accordance with this CLIN structure and all offerors shall submit their CLIN prices using the uploaded document Schedule B as found on this website. The units are for delivery to AFMETCAL Det1, Heath, OH. Delivery shall be a minimum of 1 maximum of 2 each due 120 days after receipt of notice of award. Acceptance testing is required and will be completed 45 days after receipt at AFMETCAL Det1. Invoices may not be submitted in WAWF until the units have passed acceptance testing. The following clauses apply to this acquisition and are incorporated by reference: FAR 52.212-1, Instruction to Offerors Commercial Items (Sep 2006); FAR 52.212-2, Evaluation-Commercial Items (Jan 1999) (a) 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: 1) technical acceptability - the capability of the item offered to meet the Government requirement as stated in the purchase description and 2) price. All offerors shall provide with their quotation, a copy of their commercial warranty, any descriptive literature, brochures, and/or technical proposal response. Offers must submit sufficient technical literature, documentation, etc., in order for the Government to make an adequate technical assessment of the proposed unit. Award will be based on technical acceptability (acceptable or not acceptable) and then price. Technical acceptability will be determined solely on the content and merit of the information submitted in response to this request for quote. The technical proposal response shall include a written line-by-line response to each paragraph number of the purchase description. Each item response is to be specific and detailed enough to allow full evaluation of the equipment being offered and its capabilities. A simple statement of compliance is not acceptable. Where the technical literature demonstrates that the proposed unit meets the requirement of a specific purchase description paragraph you may reference that page and paragraph of the technical literature in your technical response in lieu of restating it. AFMETCAL will review offers to make a determination as to which software configuration (CLIN 0001 or CLIN 0002) to award. Each offeror shall include a completed copy of the provisions at FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (Nov 2006), with Alternate I. Offers shall complete only paragraph (k) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. Offerors shall verify and update, if needed, their information on ORCA and CCR so that information is accurate and current. FAR 52.212-4 Contract Terms and Conditions - Commercial Items (Feb 2007) and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Mar 2007); FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jan 2006); FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity (Mar 2007). DFARS 252.225-7035 Buy American Act ? Free Trade Agreements ? Balance of Payments Program Certificate (Oct 2006); DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items (Jun 2005); DFARS 252.211-7003, Item Identification and Valuation (Jun 2005); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 2007); DFARS 252.227-7015 Technical Data - Commercial Items (Nov 1995); DFARS 252.232-7003, Electronic Submission of Payment Requests (Mar 2007) use of Wide Area Workflow (WAWF) for invoicing and receiving reports is mandatory; AFMC 5352.215-9006, Intent To Incorporate Contractors Technical Proposal (Aug 1998), AFFARS 5352.201-9101, Ombudsman (Aug 2005) . When appropriate, potential offerors may contact Ombudsman Alan Mathis, WR-ALC/XR at 478-926-4028. To view provisions and clauses in full text see website (http://farsite.hill.af.mil). All offers must be valid for a period of 90 days. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror?s initial offer should contain the offeror?s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The government reserves the right to limit the number of offers reviewed for award, for efficiency purposes. The offer must: (1) be for the item described in the purchase description; (2) be FOB Destination to this agency; (3) include a delivery schedule and discount payment terms; (4) include a copy of commercial price list; (5) include name of and be signed by an authorized company representative along with telephone number and facsimile number; (6) include their taxpayer identification number (TIN), CAGE Code Number and DUNS Number, (7) include a technical proposal and include FAR 52.212-3 reps and certs, (8) include copy of standard warranty, and (9) include the prices for the primary temperature resistance bridge, standard one-year warranty, and data requirements using Schedule B as posted with solicitation on this website. This will be a DO-A70 rated order. Offers are due by 9 May 2007 at 4:00 PM EST to: Amy Poling, AFMETCAL Det 1/GBKA, Contracting, 813 Irving-Wick Dr W, Bldg. 2, Heath OH 43056-6116. Facsimile submissions to 740-788-5157 are permissible with the follow-up of an original sent by mail or submitted by email to Amy.Poling@afmetcal.af.mil. Any offer or modifications to the offer received after the exact time specified for receipt of offers/quotes may not be considered. All contractors must be registered in the Central Contractor Registration (CCR) Database and put their reps and certs in the ORCA website at http://orca.bpn.gov. All responsible sources may submit an offer, which shall be considered by this agency.
- Record
- SN01280062-W 20070426/070424220642 (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 |