SOLICITATION NOTICE
66 -- Purchase Requirement for Replacement of Renewable Fuse Links in Load Centers
- Notice Date
- 6/25/2007
- Notice Type
- Solicitation Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFMC - Air Force Materiel Command Headquarters, HQ AFMC/PKX 4375 Chidlaw Rd Ste 6, Wright-Patterson AFB, OH, 45433, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- FA860107T0044
- Response Due
- 7/6/2007
- Archive Date
- 7/21/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with Simplified Acquisition Procedures (FAR Part 13) and the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested. Written solicitation will not be issued. Solicitation FA8601-07-T-0044 is a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-13. Proposed Acquisition is 100% set aside for small business concerns. Under FAR 19, Nonmanufacturer rule means that a contractor under a small business set aside or 8(a) contract shall be a small business under the applicable size standard and shall provide either its own product or that of another domestic small business manufacturing or processing concern (see 13 CFR 121.406). Small business link is http://sba.gov. (The fuses have an US SBA class waiver dated January 11, 2007 under NAICS 335313.) The Air Force Research Laboratory (AFRL/VASV) has a requirement for replacement of renewable fuse links in load centers. See attached list for items requested. Quotes are being solicited for Brand Name only of the Hioki items, and Brand Name or Equal for the other items listed on the attachment. See attached Brand Name Justification. Award will be made as all or none. Responding suppliers shall include descriptive literature (catalog sheets) with the quotations to allow the government to make a complete evaluation and appraisal of the offering with respect to the requirements set forth in this synopsitation and the salient characteristics of the items offered. The Contracting Officer will evaluate equal products on the basis of the evaluation factors listed and the information furnished by the offeror or identified in the quote and reasonably available to the contracting officer. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT PROVIDED WITH THE QUOTE. Include manufacturer's name, model number and specifications in your quote. Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product reference in this synopsitation for the brand name or equal items. Only Brand Name items will be accepted for the Hioki items. A Firm Fixed Price type contract is anticipated. Quotes shall include price quotation, best delivery date, payment terms and descriptive literature. FOB: DESTINATION. (FAR 52.247-34) Vendor will deliver all items to AFRL/VASV, Matthew Clark, 2790 D St., Bldg 65, Room 505W, Wright-Patterson AFB Ohio 45433-7542. Delivery is requested as soon as possible. This requirement is 100% Set-Aside for Small Business. NAICS Code is 334516. Business Size Standard is 500 employees. Solicitation Provisions and Clauses apply to this acquisition and are hereby incorporated: FAR 52.204-6 Data Universal Numbering System (DUNS) Number. FAR 52.204-7 Central Contractor Registration (CCR). FAR 52.209-6 Protesting the Government's Interest when Subcontracting w/Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.212-1 Instructions to Offerors-Commercial supplemented by the above instructions. FAR 52.212-2 Evaluation-Commercial Items, paragraph (a) Evaluation of quotations and subsequent award will be based on a determination of best value to the Government based on technical capability of the items offered to meet the Government requirement and price, with technical capability being approximately equal to price. A technical description of the items being offered must be submitted in sufficient detail to evaluate compliance with the requirements. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Contractor shall be registered in Online Representations and Certifications Application (ORCA)). FAR 52.212-4 Contract Terms and Conditions-Commercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (with the following clauses "X" FAR 52.219-6 Notice of Total Small Business Set-Aside; "X" FAR 52.222-3 Convict Labor; "X" FAR 52.222-10 Child Labor-Cooperation with Authorities and Remedies; "X" FAR 52.222-21 Prohibition of Segregated Facilities; "X" FAR 52.222-26 Equal Opportunity; "X" FAR 52.222-36 Affirmative Action for Workers with Disabilities; "X" FAR 52.226-4 Restrictions on Certain Foreign Purchases; "X" FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration). FAR 52.219-1 Alternate 1 Small Business Program Representations. FAR 52.222-22 Previous Contracts and Compliance Reports. FAR 52.222-25 Affirmative Action Compliance. FAR 52.252-1 Solicitation Provision Incorporated by Reference (Fill-In: http://farsite.hill.af.mil). FAR 52.252-2 Clauses Incorporated by Reference (Fill-In: http://farsite.hill.af.mil). DFARS 252.204-7003 Control of Government Personnel Work Product. DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7). DFARS 252.211-7003 Item Identification and Validation (Fill-in: N/A). DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (with the following clauses "X" DFARS 252.225-7001 Buy American Act and Balance of Payments Program; "X" DFARS 252.225-7036 Buy American Act-Free Trade Agreements-Balance of Payments Program; "X" DFARS 252.232-7003 Electronic Submission of Payment Requests). AFFARS 5352.201-9101 Ombudsman (Fill-in: Ms Debra Haley, ASC/AE, 1755 11th St., Bldg. 570, R113, WPAFB OH 45433-7404 Tel. 937 255-5315, Fax 937 656-7540, e-mail: debra.haley@wpafb.af.mil.) If you would like to receive notice of any amendments and/or addendums that may be issued to this synopsitation, you must register. If you do not register, it is your responsibility to review the web site for any changes to the RFQ. Contract financing will not be provided for this acquisition. Be advised that all correspondence sent via e-mail shall contain a subject line that reads "FA8601-07-T-0044". If this subject line is not included, be advised that the e-mail may not get through the e-mail filters. Also be advised that .zip or .exe files are not allowable attachments and may be deleted by the e-mail filters at Wright-Patterson Air Force Base. If sending attachments via e-mail, ensure only .PDF, .doc, or .xls documents are sent. The e-mail filter may delete any other form of attachments. The e-mail filters at Wright-Patterson Air Force Base are designed to filter e-mails without subject lines or with suspicious subject lines or contents. Contractor shall be registered in CCR (website: http://ccr.gov) and ORCA (website: https://orca.bpn.gov/login.aspx) prior to award. Award will be made to one contractor for all items (no split award). The Government reserves the right to not make an award. NOTICE TO OFFERORS: Any award resulting from this solicitation will include Electronic Submission of Payment Request. Wide Area Workflow-Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing statutory requirements. Use of the basic system is at no cost and the winning offeror shall complete vendor training, which is also available at no cost, at http://www.wawftraining.com. Prior to submitting invoices to the production system, contractors must register for an account at http://wawf.eb.mil/. Interested parties are required to submit their quotes to Mrs. Yvonne Thacker, 88th CONS/PKA, 1940 Allbrook Drive, Suite 3, WPAFB OH 45433-5309, AC937 522-4531 or via e-mail at yvonne.thacker@wpafb.af.mil or by fax to AC937 656-1412 Attn: Yvonne Thacker. No special format or form is required for your information; however, you must include business name, and contact information. ** ALL QUOTES ARE DUE BY 4:00 PM EST 06 JUL 2007. (E-mail is preferable method for submission of quotes.) See https://pixs.wpafb.af.mil/ Solicitation No. FA8601-07-T-0044 for the attached Hioki Brand Name Justification and Equipment List.
- Record
- SN01327015-W 20070627/070625220629 (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 |