MODIFICATION
66 -- Neutron Detector
- Notice Date
- 12/4/2012
- Notice Type
- Modification/Amendment
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PKO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- FA8601-13-T-0026
- Archive Date
- 12/25/2012
- Point of Contact
- Kathy Majors, Phone: 9375224509
- E-Mail Address
-
kathy.majors@wpafb.af.mil
(kathy.majors@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- NEUTRON DETECTOR The U.S. Air Force (AFLCMC/PZIOB) requires an experienced vendor to provide a Scintillation Neutron Detector for the Air Force Institute of Technology (AFIT) at Wright-Patterson AFB, Ohio. The anticipated award is firm fixed price - Best Value. Additional detail on the requirements can be found in the Minimum Requirements (attached). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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 is FA8601-13-T-0026 issued as a Request for Quote (RFQ) and is conducted as a commercial item procurement using FAR Part 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-61, 15 Oct 2012, Defense Acquisition Circular DPN 20120906, 6 Sep 2012, and Air Force Acquisition Circular AFAC 2012-0330, 30 March 2012. The NAICS is 334519; and the small business size standard for this NAICS code is 500 Employees. The proposed acquisition is Full and Open Competition. This RFQ has One (1) line item: Line Item 0001: Custom liquid or plastic scintillation neutron detector Proposals must contain the following: - Price - Complete description of the instrument to be provided - Evidence of completed Representations and Certifications Proposals shall be accompanied by a completed FAR 52.212-3, Representations and Certifications (Apr 2012), 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under and Federal Law(Jan 2012), 252.225-7035 Buy American Act-Free Trade Agreement-Balance of Payment Program Certificate (Dec 2010), and adhere to FAR 52.212-1, Instructions to Offerors - Commercial Items (Jun 2008). The Government's preferred method is electronic Representations and Certifications which can be accomplished by registering in System for Award Management (SAM) at https://sam.gov and completing the on-line Representations and Certifications. The Contracting Officer will review quotes based on the factors listed in this solicitation and the information furnished by the offeror. Before price is considered, the proposal must satisfy the technical requirements specified in the Minimum Requirements. Award will be made to the offeror whose proposal provides the best value to the Government price and other factors considered. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT IDENTIFIED IN THE PROPOSAL. Contract financing is NOT provided for this acquisition. The Government intends to award one firm fixed price (FFP) contract resulting from this solicitation to the responsible offeror whose proposal conforms to the solicitation and will be most advantageous to the Government. The Government intends to award without discussions and the Government reserves the right not to make an award at all. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: 52.212-1, Instructions to Offerors (Jun 2008) [subparagraph (c) is changed to 60 days and subparagraph (e) is deleted and marked as reserved]; 52.212-2, Evaluation Factors (Jan 1999) [The factors are listed below in the order of importance.] The evaluation factors for the fill-in portion of this provision will be: - Technical Capability - Price 52.212-3, Contractor Representations and Certifications (May 2011); 52.222-22, Previous Contracts and Compliance Reports (Feb 1999); 52.222-25, Affirmative Action Compliance (Apr 1984); 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) (the fill in portion of this clause is: http://farsite.hill.af.mil); 52.252-5, Authorized Deviations in Provisions (Apr 1984) The following Federal Acquisition Regulation clauses, either by reference or full text, apply to this acquisition: 52.204-99 System for Award Management Registration (DEVIATION) (Aug 2012) 52.212-4 Contract Terms and Conditions - Commercial Items (Jun 2010); 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Aug 2011) The clauses that are check marked as being applicable to this purchase are: - 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010); - 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010); - 52.219-4, Notice of Price Evaluation Preference for HUBZone Small business Concerns (Jan 2011) - 52.219-28 Post Award Small Business Program Representation (Apr 2009); - 52.222-3 Convict Labor (June 2003); - 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Jul 2010); - 52.222-21 Prohibition of Segregated Facilities (Feb 1999); - 52.222-26 Equal Opportunity (Mar 2007); - 52.222-35 Equal Opportunity for Veterans (Sep 2010); - 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010); - 52.222-37 Employment Reports on Veterans (Sep 2010); - 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); - 52.225-13 Restrictions on Certain Foreign Purchases (Jan 2008); - 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003); [end fill in for 52.212-5]; 52.247-34, F.o.b. Destination (Nov 1991) 52.252-2 Clauses Incorporated by Reference (Feb 1998) (the fill in portion of this clause is: http://farsite.hill.af.mil) 52.252-6 Authorized Deviation in Clauses (Apr 1984) The following Defense Federal Acquisition Regulation Supplement (DFARS) provisions apply to this acquisition: 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under and Federal Law (Jan 2012); 252.225-7035 Buy American Act-Free Trade Agreement-Balance of Payment Program Certificate (Dec 2010); The following DFARS Provisions and/or Clauses, either by reference or full text, apply to this acquisition: 252.211-7003 Item Identification and Valuation (Jun 2011) 252.212-7001 Contract Terms and Conditions Required Implementing Statues or Executive Orders--Commercial Items (Sep 2011): The clauses that are check marked as being applicable to this purchase are: - 252.203-7000, Requirements Relating to Compensation of Former Dodd Officials (Jan 2009); - 252.225-7036, Buy American Act - Free Trade Agreements - Balance of Payments Program (Jun 2012) - 252.232-7003 Electronic Submission of Payment Requests (Mar 2008); - 252.247-7023 Transportation of Supplies by Sea (May 2002) & Alternate III (May 2002) [end fill in for 252.212-7001]; 252.232-7006, Wide Area Workflow Payment Instructions (Jun 2012) - As prescribed in DFARS 232.7004(b) {10 U.S.C. 2227} 252.232-7010 Levies on Contract Payments (Dec 2006); The following AFFARS Clauses, either by reference or full text, apply to this acquisition: 5352.201-9101, Ombudsman (Apr 2010) Ms. Cynthia Evoniuk, AFLCMC/PKC, Area B, Bldg. 570 1755 Eleventh St., Wright-Patterson Air Force Base, OH 45433-7630, Tel 937-255-6005, FAX 937-656-7193, E-mail:Cynthia.Evoniuk@wpafb.af.mil The following local clause(s) will be included in subsequent award. Full text version is available upon request: ASC/PKO H-002 Delivery Procedures Commercial Vehicles (Jul 2005) STMNT NBR 03 Inspection and Acceptance STMNT NBR 04 Invoice and Payment STMNT NBR 08 For Base Supply Stock Fund Items Only Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil. Funding for this project is subject to change, and contract award is subject to the availability of funds. The Government intends to award a single contract resulting from this solicitation. The Government also reserves the right to make no award at all depending upon the funding available and the quality of the technical proposals received. Quotes AND completed representations and certifications (if not available in SAM), are due by 11:00 am Eastern on Monday, 10 December 2012, to: Kathy Majors, AFLCMC/PZIOBB Kathy.Majors@wpafb.af.mil Mailing Address: ATTN: Kathy Majors AFLCMC/PZIOBB 1940 Allbrook Drive, Suite 3 Wright-Patterson AFB OH 45433 Questions should be directed to Kathy Majors at kathy.majors@wpafb.af.mil. Be advised that all correspondence sent via e-mail shall contain a subject line that reads "FA8601-12-R-0081, Aerospace Models". Note that e-mail filters at Wright-Patterson AFB are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe, or.zip files). Therefore, if this subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that.zip or.exe files are not allowable attachments and may be deleted by the e-mail filters at Wright-Patterson AFB. If sending attachments with e-mail, ensure only.PDF,.doc, or.xls documents are sent. The e-mail filter may delete any other form of attachments.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-13-T-0026/listing.html)
- Place of Performance
- Address: Wright-Patterson AFB, Dayton, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN02942028-W 20121206/121204235142-c5926a497282af5845984b6714e3b0c8 (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 |