Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2012 FBO #3928
SOLICITATION NOTICE

59 -- Cooled InGaAs System - Reps and Certs

Notice Date
8/24/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-12-Q-0546
 
Archive Date
9/22/2012
 
Point of Contact
John J Haberer, Phone: 315/330-1941
 
E-Mail Address
john.haberer@rl.af.mil
(john.haberer@rl.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Reps and Certs Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-12-Q-0546 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20120724. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This solicitation is unrestricted. The NAICS code is 334515 and small business size standard is 500 employees. The contractor shall provide the following items (or equal) on a firm fixed price basis: COOLED INGAAS SYSTEM CLIN 0001, Qty 2: InGaAs Radiance Detector w/ Separately Cooled Copper Filter Holder (850-1700nm), P/N 19830-11 CLIN 0002, Qty 2: Transimpedance Amplifier compatible with CLIN 0001, P/N 19885 CLIN 0003, Qty 2: Dual TEC Controller with Front Panel Direct Readout and USB Computer Interface (for use with CLIN 0002), P/N 19847-2USB-R CLIN 0004, Qty 2: Absolute Spectral Irradiant Sensitivity (A/W/cm2), 800-1700 nm in 5nm increments, P/N CAL-2I-5 Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. Total price must include shipping FOB Destination. The required delivery date is 30 Days After Receipt of Order (ARO). All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination. The place of delivery, acceptance and FOB destination point is AFRL, Rome Research Site, Rome, NY 13441. The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written quotes are due at or before 3:00PM, 07SEP2012. Submit to: AFRL/RIKO, Attn: John Haberer 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2555 or by email to John.Haberer@rl.af.mil. Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items. (b)(12) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (g) Contract award. 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 may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within 4 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. The provision at FAR 52.212-2, Evaluation -- Commercial Items applies. In addition to the information within Paragraph (a), the following evaluation factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) price; All evaluation factors other than price, when combined, are of equal importance to price. The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, ALT I must be completed electronically on the Online Representations and Certifications Application (ORCA) website via https://www.acquisition.gov. Therefore, offerors are required to complete only paragraph (b) of this provision and submit it with their proposal. For your convenience, paragraph (b) of 52.212-3 is attached to this solicitation. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: • 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards • 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment • 52.219-28, Post Award Small Business Program Rerepresentation • 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 • 52.222-36, Affirmative Action for Workers with Disabilities • 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving • 52.225-13, Restrictions on Certain Foreign Purchases • 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The following additional FAR and DFARS clauses cited in the clause are applicable to this acquisition: • 252.203-7000 Requirements Relating to Compensation of Former DoD Officials • 252.225-7001 Buy American Act and Balance of Payments Program • 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports • 252.247-7023 Transportation of Supplies by Sea (Alternate III) • 252.247-7024 Notification of Transportation of Supplies by Sea The following additional FAR and FAR Supplements provisions and clauses also apply: (reference FAR 12.301) • 52.211-6, Brand Name or Equal • 252.211-7003, Item Identification and Valuation • 252.225-7000, Buy American Act--Balance of Payments Program Certificate • 252.232-7010, Levies on Contract Payments • 5352.201-9101, OMBUDSMAN is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Barbara Gehrs, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-656-7321 COM: 937-904-4407. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFARS 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause. The Defense Priorities and Allocations System (DPAS) rating DO-A7 has been assigned to this effort. All responsible organizations may submit a proposal, which shall be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-12-Q-0546/listing.html)
 
Record
SN02855226-W 20120826/120825001146-12c3dd75f37cc23bdb12afb061cf5479 (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.