SPECIAL NOTICE
69 -- Engineering Learning Systems
- Notice Date
- 9/20/2010
- Notice Type
- Special Notice
- NAICS
- 333319
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
- ZIP Code
- 93524-1185
- Solicitation Number
- FA9300-10-R-5038
- Archive Date
- 9/24/2010
- Point of Contact
- Charles L. Pate, Phone: 6612779568
- E-Mail Address
-
charles.pate@edwards.af.mil
(charles.pate@edwards.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Open Competition - Combined Synopsis/Solicitation - FA9300-10-R-5038 This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. This is a sole source buy to Klein Educational Systems, however, the Government will consider all responses received before the expiration of this notice. A determination by the Government not to compete this acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-43 and DFARs Change Notice (DCN) 20100908. NAICS is 33319 with a small business size standard of 500 employees. Solicitation is for a commercial purchase of (4) Four 94-MT-1A-I Materials Engineering Learning Systems 1. (4) Four 94-MT-1A-I Materials Engineering Learning Systems 1 Manufactured by Amatrol *Requires computer w/standard height PCI slot. Includes: (1) 32801 Materials Engineering Console W/ T9014 (1) T9020-SS1-QC2 Data Acquisition System (1) 910-NDT-1 Non-Destructive Testing System (1) 94-STK Spark Testing Kit (1) 94-VQ2 Quality Assurance Video (1) 12200 Starter Specimen Set 1 (1) Materials Test Set 1 (1) 12202 Materials Test Set 2 (1) 12203 Starter Specimen Set 2 (1) 11803 Student Learning Activity Packet Set (1) 11813 Teacher's Assessment Guide (1) 11823 Installation Manual. Delivery: Please include delivery time. Place of delivery, performance, and acceptance is FOB Destination, AFRL/LMCA, 302 N. Mercury, Bldg. 8460, Edwards AFB, CA. 93524. The following provisions and clauses apply: Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. CONTRACTORS MUST COMPLY WITH FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION, DFARS 252.204-7004, ALTERNATE A; ANNUAL REPRESENTATIONS & CERTIFICATION (ORCA); & DFARS 252.212-7000, REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS. TO REGISTER WITH CCR, GO TO URL: https://www.ccr.dlsc.dla.mil/. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ORCA BECAME MANDATORY 01 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH CCR BY INTERNET URL: http://www.ccr.gov/. Further Information on ORCA may be obtained from the ORCA Help Menu, <http://orca.bpn.gov/help.aspx>. This help menu includes ORCA background information, frequently asked questions (FAQ), and the ORCA Handbook, 52.212-3 Alternate I, 52.225-4, 52.225-4 Alternate I, 52.222-22, 52.222-25, and 252.212-7000 with their offer. 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Provision at 52.212-2 -- Evaluation -- Commercial Items. 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: (i) technical capability of the item offered to meet the Government requirement (ii) price 52.212-3 Offeror Representations and Certifications -- Commercial Items 52.219-8 Utilization of Small Business Concerns 52.222-22 Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance 52.222-26 Equal Opportunity 52.225-4 Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act Certificate 52.225-4 Alternate I 252.212-7000 Offeror Representations and Certifications--Commercial Items 52.252-2 Clauses Incorporated by Reference 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 address: http://farsite.hill.af.mil. 52.211-6 Brand Name or Equal 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor---Cooperation with Authorities and Remedies. 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-50 Trafficking 52.225-3 Buy American Act -- North American Free Trade Agreement 52.225-4 Alternate I 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer--Central 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 252.211-7003 Item Identification and Valuation 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7001 Buy American Act, Balance of Payment Program 252.232-7003 Electronic Submission of Payment Requests 252.247-7023 Transportation of Supplies by Sea 252.247-7023 Alternate III 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) 5352.201-9101 Ombudsmen Offers are due at the Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA, 93524 (Attn: Charles Pate @ 661-275-4970), no later than Close of Business (COB) 23 Sep 2010 at 9 am PST. Faxed transmissions of quotes are acceptable. Fax #: 661-277-0470 (please call and verify that I have received the fax) or e-mail charles.pate@edwards.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA9300-10-R-5038/listing.html)
- Place of Performance
- Address: AFRL, Edwards AFB, California, 93524, United States
- Zip Code: 93524
- Zip Code: 93524
- Record
- SN02289184-W 20100922/100920235205-913d32260a492f9af14cc5d402726efb (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 |