Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 19, 2011 FBO #3402
SOLICITATION NOTICE

66 -- Silicon Drift Detector - Sole Source

Notice Date
3/17/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238
 
ZIP Code
32925-3238
 
Solicitation Number
FA2521-11-Q-B007
 
Archive Date
4/7/2011
 
Point of Contact
QueShanda L. Newton, Phone: 3214940449, Charlotte G Nelson, Phone: 321-494-4394
 
E-Mail Address
queshanda.newton@patrick.af.mil, charlotte.nelson@patrick.af.mil
(queshanda.newton@patrick.af.mil, charlotte.nelson@patrick.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Sole Source Justification Combined Synopsis/Solicitation Template This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number FA2521-11-Q-B007 shall be used to reference any written quote provided under this request for quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-48. This is an unrestricted acquisition for ASPEX Corporation. The North American Industry Classification System (NAICS) code for this project is 334516 with a size standard of 500. Item Description Qty Unit 0001 Silicon Drift Detector LE 30mm X-Ray Detector P3000 1 EA 0002 Installation for upgrade 1 EA 0003 Service Contract - Basic 1 EA Brand name ASPEX Corporation has been approved with justifcation attached Performance Work Statement; if applicabe Wage Determination, if applicable Estimated Delivery Time: ____________ Warranty: ________________ FOB: Destination Ship to address: AFTAC/TMSL 1030 S HWAY A1A PATRICK AFB, FL 32925 FAR Provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following addendem applies: RFQ or P due date: 30 March 11 RFQ or P due time: 3:00 p.m. EST Fax RFQ or P to 321-494-6193 or mail to: 45th Contracting Squadron Attn: RFQ or P Number 1201 Edward H. White II Street, MS 7200 Patrick AFB, FL 32925-3238 Email or verbal quotes are not acceptable All questions regarding this solicitation must be fax to 321-494-6193 by 1:00 pm EST 23 March 11. All companies must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. All companies must be registered in the Central Contractor Registration Database at www.ccr.gov in order to be considered for award. The Government will not provide contract financing for this acquisition. WAWF instruction shall be provided at time of award. The following FAR clauses apply to this solicitation: FAR 52.202-1, Definitions FAR 52.203-3, Gratuities FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 06), with Alternate I (Oct 95) FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010) FAR 52.209-6, Protecting the Government's Interest when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment (Dec 10) FAR Provision 52.212-2, Evaluation -- Commercial Items, applies to this acquisition and the following evaluation is applicable: Pursuant to FAR 12.602 contract award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106. Offeror's submissions will be evaluated based upon price and ability to fulfill the requirement. Please ensure that any submission made in response to this solicitation contains adequate information to allow for government evaluation in accordance with the above criteria. FAR Provision 52.212-3, Offeror Representations and Certifications -- Commercial Items, with it's Alternate I, applies to this acquisition. (Use Alternate II for SDB procurement mechanisms are authorized on a regional basis) All vendors must be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov)) at the time of Quote submittal. FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition with the following Addendum: Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEV), Additionally, the following FAR clauses cited in 52.212-5 are applicable: FAR 52.219-4, Notice of Price Evaluation for HUBZone Small Business Concerns (Jan 2011) FAR 52.219-8, Utilization of Small Business Concerns (Jan 2011) FAR 52.219-28, Post-Award Small Business Program Representation (Apr 2009) FAR 52.222-3, Convict Labor (June 2003) FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26, Equal Opportunity FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations FAR 52.222-41 Service Contract Act of 1965 (Nov 2007) FAR 52.222-43 Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) FAR 52.222-44 Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Sep 2009) FAR 52.222-50 Combating Trafficking in Persons (Feb 09) Alternate I (Aug 2007)* FAR 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Sep 2010) FAR 52.225-3 Buy American Act -Free Trade Agreements - Israeli Trade Act (Jun 09) FAR 52.225-13, Restriction on Certain Foreign Purchases (Jun 08) FAR 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification (Sep 2010) FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) FAR 52.232-34 Payment by Electronic Funds Transfer-Other Than Central Contractor Registration (May 1999) FAR 52.233-1, Disputes FAR 52.233-3, Protest After Award (Aug 1996) FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 04) FAR 52.237-11 Accepting and Dispensing of $1 Coin (Sep 2008) The following DFARS clauses are applicable to this solicitation: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Jan 2009) DFARS Clause 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEV), Additionally, the following FAR clauses cited in 252.212-7001 are applicable: DFARS 252.225-7001, Buy American Act and Balance of Payment Programs (Jan 2009) DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) DFARS 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (Nov 10) DFARS 252.243-7002, Requests for Equitable Adjustment (Mar 1998) DFARS 252.247-7023, Alternate II (May 2002) The following AFFARS clause is applicable to this solicitation: AFFARS 5352.201-9101 Ombudsman with the following fill-in: HQ AFSPC/A7K, Contracting Division, 150 Vandenberg St. Ste 1105, Peterson AFB CO 80914-4350, Phone: 719-554-5250, Email: AFSPC.A7K@peterson.af.mil. AFFARS 5352.242-9000, Contractor Access to Air Force Installations Additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices; if applicable The full text of these clauses and provisions may be assessed electronically at the website: http://farsite.hill.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-11-Q-B007/listing.html)
 
Place of Performance
Address: Patrick AFB, Patrick AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN02403704-W 20110319/110317234950-2e41020f31763d2145c878b1082c18ef (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.