SOLICITATION NOTICE
66 -- Vapor Pressure Testers (VPTs) - Package #1
- Notice Date
- 4/17/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WG, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
- ZIP Code
- 45433-7218
- Solicitation Number
- FA8601-13-T-0162
- Archive Date
- 5/14/2013
- Point of Contact
- Jonathan R. Rinkinen, Phone: 937-522-4550
- E-Mail Address
-
Jonathan.Rinkinen@us.af.mil
(Jonathan.Rinkinen@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- DFARS Clause 252.209-7997 Combined Synopsis and Solicitation This is a combined synopsis/solicitation for Two (2) Vapor Pressure Testers (VPTs) that will be used for the determination of vapor pressure of Aviation Gasoline and gasoline products. This combined synopsis/solicitation was prepared in accordance with the format in Federal Acquisition Requirements (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 for this requirement is FA8601-13-T-0162 and is hereby issued as a Request for Quote (RFQ) using FAR Subpart 13, Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66, 1 April 2013. This solicitation document is Full and Open Competition under North American Industry Classification System Code (NAICS) 334516. Size standard is 500 employees. The AFLCMC/PZIO Operational Contracting Division, Wright-Patterson Air Force Base, Ohio anticipated award is firm-fixed-price - Best Value. The minimum requirements are: Requirements for the Vapor Pressure Testers, QTY (2): Requirements for VPTs that will be used for the determination of vapor pressure of Aviation Gasoline and gasoline products include: -The VPT must fully comply with the standards of ASTM D5191-12 and ASTM D6378-10 -The VPT must have a minimal operating pressure range of 0-145 psi and temperature range of 0-120 degrees Celsius -The VPT must include a minimum two (2) year comprehensive parts and labor warranty Quotations need to adhere to FAR 52.212-1 Instructions to Offerors - Commercial; and include a completed FAR 52.212-3 Representations and Certifications. The Government's preferred method is Online Representations and Certifications. In addition the reps and cert in FAR 52.212-3 fill-in must be completed and returned with quote. This can be accomplished by registering in SAM at https://sam.gov and completing the On-line Representations and Certifications. 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: Technical Capability and Price. The quotations may be in any format but MUST include: 1) Proposing company's name, address, Tax ID Number, Cage Code and phone 2) Point of contact's name, phone, and email 3) Quotation number & date 4) Item price 5) Total price (Net 30) 6) Shipping (FOB: Destination) 7) Applicable discounts 8) Timeframe that the quote is valid 9) Delivery Schedule 10) Warranty Information 11) Completed FAR 52.212-3 Representations and Certifications (if not in SAM) 12) Completed DFARS 252.209-7997 (See attachment titled "252.209-7997") Quotations MUST also contain a complete description of item offered to clearly show item meets or exceeds the requirements listed above. The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the offeror. Before price is considered, the proposal must meet the technical capabilities. 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 252.232-7003 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/. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil. The following FAR/DFARS provisions are incorporated by reference and apply to this acquisition: FAR 52.212-1 Instructions to Offerors -- Commercial FAR 52.212-2 Evaluation Factors [the fill in portion of this clause is: technical and price] FAR 52.212-3 Representations and Certifications FAR 52.222-22 Previous Contracts and Compliance Reports FAR 52.222-25 Affirmative Action Compliance DFARS 252.209-7997 Representation by Corporations Regarding an Unpaid Deliquent Tax Liability or a Felony Conviction Under any Federal Law - DoD Appropriations DFARS 252.225-7035 Buy American - Free Trade Agreements - Balance of Payments The following FAR/DFARS clauses are incorporated by reference and apply to this acquisition: 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: FAR 52.204-10 Reporting Subcontract Awards FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns 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 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. The clauses checked as being applicable to this purchase are: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.225-7036 Buy American Act - Free Trade Agreements - Balance of Payments Program DFARS 252.247-7023 with Alt III DFARS 252.211-7003 Item Identification and Valuation DFARS 252.232-7006 Wide Area Workflow Payment Instructions DFARs 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010 Levies on Contract Payments DFARS 252.225-7002 Qualifying Country Sources as Subcontractors The following AFFARS Clauses, either by reference or full text, apply to this acquisition: 5352.201-9101 Ombudsman (Apr 2010) The following local clauses will be included in the subsequent award. A full text version is available upon request: ASC/PKO H-002 Delivery Procedures Commercial Vehicles (Jul 2005) All quotations and responses must be received no later than 2:00 pm, Eastern Time on Monday, 29 April 2013. Submittal of quotes in response to this RFQ constitutes agreement by the offeror of all terms & conditions contained herein, which will also be the terms & conditions of resulting contract. Please email a PDF or MS Word compatible attachment or submit any questions to Jonathan.Rinkinen@us.af.mil. Be advised that all correspondence sent via e-mail shall contain a subject line that reads "FA8601-13-T-0162, Vapor Pressure Testers." 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 the referenced subject line is not included, the e-mail may not get through the e-mail filters. Also,.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 attached. The e-mail filter may delete any other form of attachments.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8601-13-T-0162/listing.html)
- Place of Performance
- Address: Wright Patterson Air Force Base, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN03038832-W 20130419/130417234543-03217a218dbf4c8b1234294b42636c0b (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 |