SOLICITATION NOTICE
66 -- Dynamic Pressure CalibratorUpgrade - Package #1
- Notice Date
- 1/4/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device 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-0010
- 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
- Purchase Description 11M-205A-VI Rev 1 dated 16 Aug 2010, additional information and data requirements as attachments. DD Forms 1423 and associated DIDs. Sole Source J & A. and AFMETCAL 3 year waranty This is a combined synopsis solicitation, no written solicitation will be issued. The Air Force Metrology and Calibration (AFMETCAL) Program at Heath OH intends to solicit and award a sole source, firm fixed price purchase order under Simplified Acquisition Procedures (SAP) for the purchase of a Dynamic Pressure Calibrator Upgrade to The Modal Shop, Inc., 3149 E. Kemper Rd. Cincinnati OH 45241. The Modal Shop, Inc. possesses the proprietary rights and is therefore the only supplier that can offer the complement of equipment needed to complete and assemble an upgrade to the Dynamic Pressure Calibrator. The sole source requirement will provide for the Dynamic Pressure Calibrator upgrade and installation, system operation overview and will involve at a minimum the acquisition of a desktop controller, operational software, a data acquisition system, signal conditioning, data and includes a 3-year warranty. The purchase description 11M-205A-VI Rev 1, dated 16 August 2010, data and warranty requirements are available for download at this site. 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 2005-47 and DAC 91-13 DCN 20100927. This announcement constitutes the only solicitation. 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-0010 and should be referenced on any correspondence submitted. The NAICS code is 334519 and the business size standard is 500 employees. This quotation is being solicited as unrestricted. The sole source requirement is for one (1) each Dynamic Pressure Calibrator Upgrade in accordance with requirements of purchase description 11M-205A-VI Rev 1, dated 16 August 2010 which includes installation and training. Delivery shall be 180 days after date of award. Purchase will be inspected and accepted at destination to ensure specified performance parameters are met and shall be completed within 45 days after installation and training are completed at AFMETCAL. Contractor shall provide thirty day notice for installation and shall conduct system operation overview onsite at AFMETCAL for minimum of two (2) days. 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 the purchase description 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; 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 Online Representations and Certifications Application (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 (dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. FAR 52.219-28, Post-Award Small Business Program Representation. 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 52.232-33, 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 (dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. DFARS 252.225-7035 (Alt 1) Buy American Act-Free Trade Agreements - Balance of Payments Program Certificate. DFARS 252.227-7015, Technical Data--Commercial Items. DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7010, Levies on Contract Payments. 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. 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. Offeror shall provide with the quotation, a copy of commercial descriptive literature, brochures, and technical proposal to determine that the proposed item meets the requirements of the Government. Technical evaluation and approval by AFMETCAL is required before award will be made. Submit your best offer as award may be made on initial offers without discussions. Offeror is required to submit detailed information concerning the proposed upgrade. The offer must: (1) be for the item described herein and in the purchase description; (2) be FOB Destination to this agency; (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 their taxpayer identification number (TIN), CAGE Code Number and DUNS Number; (7) include a technical proposal that follows the purchase description line-by-line, (8) include a completed copy of FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and be sure ORCA and Central Contractor Registration (CCR) are current. Supplies or services are available from only one responsible source; no other type of supply or service will satisfy agency requirements. Interested persons may identify their interest and capability to meet the requirement. This notice of intent is not a request for competitive proposals. Offers are due by 4 February 2011 at 4:00 PM EST to: Kathryn Vaccaro, AFMETCAL, 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. If no written response is received by 4 February 2011 to the effect that comparable items/services are available that meets the government's requirements, and that it is more advantageous to the Government than obtaining these items/services through sole source procurement with The Modal Shop, Inc., a sole source award will be made. 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 CCR database and must put their reps and certs in the ORCA database 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-0010/listing.html)
- Record
- SN02354040-W 20110106/110104234345-c5f848ce99691c3b699a2f27687b4a2b (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 |