SOLICITATION NOTICE
66 -- 20g Mass Comparator - Downloads
- Notice Date
- 11/23/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, 562 CBSG OMP (AFMETCAL), 813 Irving Wick Dr. W. Bldg 2, Heath, Ohio, 43056-6116, United States
- ZIP Code
- 43056-6116
- Solicitation Number
- FA2263-11-Q-0001
- Archive Date
- 9/30/2011
- Point of Contact
- Kathryn A Vaccaro, Phone: 740-788-5078
- E-Mail Address
-
kathryn.vaccaro@afmetcal.af.mil
(kathryn.vaccaro@afmetcal.af.mil)
- Small Business Set-Aside
- N/A
- Description
- DRAFT Purchase Description 11M-231A-MA dated 13 July 2010 Warranty Description Data Requirements This is a combined synopsis solicitation no written solicitation will be issued. AFMETCAL at Heath OH intends to award a firm fixed price purchase order under Simplified Acquisition Procedures (SAP) for the purchase of 20g Mass Comparator with Five-year extended warranty and technical manuals. 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 Circular 2005-46 and DAC 91-13 DFARS Change Notice (DCN) 20100927. An award from this solicitation is contingent upon the availability of appropriated funds. 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 FA2263-11-Q-0001 and shall be referenced on any offer submitted. The North American Industry Classification System (NAICS) code for this acquisition is 334516 and the business size standard is 500 employees. This quotation is being solicited as unrestricted. Offerors are requested to provide pricing for one (1) unit. The unit must meet the requirements of Purchase Description 11M-231A-MA Rev 1 dated 13 July 2010, with a Five-year extended warranty and data in accordance with DD 1423. The Purchase Description, warranty description, and DD 1423 requirements for data delivery on the contract data requirements list are available for download at this site. Products offered shall be commercially available. Delivery shall be to AFMETCAL in Heath OH 90 days after receipt of award notification. Delivery shall be FOB destination. Contractor shall be responsible for installation at AFMETCAL in Heath OH. Contractor shall provide at a minimum, eight (8) hours of on-site training at time of installation. Acceptance testing will begin after installation and training have been accomplished and will be completed within 60 days of installation/training at AFMETCAL in Heath Ohio. Invoices may not be submitted in WAWF until the units have passed acceptance testing. Offerors will be required to provide pricing for a total of one (1) unit. The current versions of the following clauses apply to this acquisition and are incorporated by reference: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.212-1 Instructions to Offerors -- Commercial Items; FAR 52.212-2 Evaluation--Commercial Items - (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. Capability of the item offered to meet the Government requirements as stated in purchase description11M-231A-MA Rev 1 dated 13 July 2010 and 2. Price. Award will be made to the responsible technically acceptable offeror who conforms to all of the solicitation requirements and has the lowest evaluated price. All offeror's shall provide with their quotation, descriptive literature, brochures, and technical proposal response. Offerors 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. 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. To view provisions and clauses in full text see website (http://farsite.hill.af.mil). FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, with Alternate I. Each offeror shall include a completed copy of this provision. Offerors shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (deviation); FAR 52.219-28 Post-Award Small Business Program Rerepresentation; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52-232-18 Availability of Funds; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3 Protest after Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.247-34 F.o.b. Destination; DFARS 252.211-7003 Item Identification and Valuation; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (deviation); DFARS 252.225-7035 Buy American Act-Free Trade Agreements-Balance of Payments Program Certificate Alternate 1; DFARS 252.227-7015 Technical Data - Commercial Items; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.232-7003 Electronic Submission of Payment Request and Receiving Reports; DFARS 252.247-7023 Transportation of Supplies by Sea; AFFARS 5352.201-9101 Ombudsman - When appropriate, potential offerors may contact Ombudsman Kathy B. Cames, WR-ALC/PKC at Phone 478-222-1088, Fax 478-222-1121. 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 11M-231A-MA Rev 1 dated 13 July 2010 (2) be FOB Destination, (3) include a delivery schedule and discount/payment terms, (4) include 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 taxpayer identification number (TIN), CAGE Code Number and DUNS Number, (7) include a technical proposal that follows the PD line-by-line, (8) include a statement of compliance with extended 5-year warranty, (9) include FAR 52.212-3 reps and certs and be sure ORCA and CCR are current. The government reserves the right to incorporate the successful offeror's technical proposal into any contract resulting from this solicitation. This will be a DO-A7 rated order. Offers are due by 10 December 2010 at 4:00 PM EST to: Kathryn Vaccaro. AFMETCAL/ENHRP 813 Irving-Wick Dr W, Bldg. 2, Heath OH 43056-1199. Facsimile submissions to 740-788-5157 are permissible with the follow-up of an original sent by mail or submit by email to kathryn.vaccaro@afmetcal.af.mil. Electronic submissions to kathryn.vaccaro@afmetcal.af.mil are permissible. However, offerors bare the risk for receipt of submissions being untimely. Offeror's shall allow sufficient time for receipt of electronic submission by the due date and time. 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 must put their reps and certs in the ORCA website at http://ORCA.bpn.gov. All responsible sources may submit an offer, which if received timely shall be considered by this agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFMETCAL/FA2263-11-Q-0001/listing.html)
- Record
- SN02333085-W 20101125/101123234640-019193367ba54ed7cfda79e67d5b55b2 (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 |