Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 27, 2013 FBO #4172
SOLICITATION NOTICE

66 -- FIBER COLLIMATER - CAPABILITIES STATEMENT FIBER COL

Notice Date
4/25/2013
 
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, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-13-T-0070
 
Archive Date
5/24/2013
 
Point of Contact
GLORIA D. TIGGS, Phone: 9375224629, Gwendolyn J. Brown, Phone: 9375224566
 
E-Mail Address
gloria.tiggs@wpafb.af.mil, gwendolyn.brown@wpafb.af.mil
(gloria.tiggs@wpafb.af.mil, gwendolyn.brown@wpafb.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DFARS 252.209-7997 PLEASE FILE OUT AND RETURN CAPABILITIES STATEMENT Fiber Collimator-FA8601-13-T-0070 The U.S. Air Force requires a contractor to provide 18 High-temperature fiber collimators. The anticipated award is firm fixed price - Best Value. Additional detail on the requirements can be found in the Minimum Requirements (attachment 1). 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; quotations are being requested and a written solicitation will not be issued. The solicitation number is FA8601-13-T-0070 issued as a Request for Quotations (RFQ) and is conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66, 01 April 2013. This acquisition is 100% SET ASIDE FOR SMALL BUSINESS. Competition is restricted to Small Businesses. Small Businesses capable of meeting the requirements in the attached Minimum Requirements are eligible to submit a quotation. The associated North American Industry Classification System (NAICS) code is 334515. Size standard is 500 employees. This RFQ is for 18 High-temperature fiber collimators (9 single-mode and 9 multi-mode) will be purchased for performing measurements in the ultra-compact combustor where optical access through window is not possible. These fiber collimators will allow performing high-bandwidth measurements for addressing the static and dynamic instability of the combustors especially at high pressures. These fiber collimators will be integrated with the existing 18-beam TDM sensor at the AFIT COAL Laboratory. These collimators along with the TDM sensors will allow performing temperature and H2O concentration measurements at 30 kHz in the ultra-compact combustor (attachment 1). Quotations shall be accompanied by a completed FAR 52.212-3, Representations and Certifications (Apr 2012), and adhere to FAR 52.212-1, Instructions to Offerors - Commercial Items (Feb 2012). The Government's preferred method is electronic Representations and Certifications. This can be accomplished by registering in the System for Award Management (SAM) at https://www.sam.gov and completing the on-line Representations and Certifications. Quotations MUST contain a complete description of equipment offered to clearly show item meets the requirements listed in the Minimum Requirements, Attachment 1, hereto. Quotations shall provide a point-by-point comparison to each item listed in the Minimum Requirements. A general overview, general comparison, or statement such as "able to provide the requirements" or "meets minimum requirements" is unacceptable and will not be considered for potential acceptance. 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 requirements. The lowest priced technically acceptable offer will be awarded the contract. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT IDENTIFIED IN THE QUOTE. Contract financing is NOT provided for this acquisition. Quotations must identify payment terms as Net 30. The Government intends to award one firm fixed price (FFP) purchase order resulting from this solicitation to the responsible offeror whose quote is conforming 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 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. 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 (June 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 evaluation factors for the fill-in portion of this provision will be handled in accordance with FAR 13.106-1 and 13.106-2. Evaluation criteria will be - Price - Ability to comply with the requirements of the Minimum Requirements, as evidenced by providing a complete description of the equipment to be provided 52.212-3, Contractor Representations and Certifications (Alt 1) (May 2011) (Full-text copy - attachment 1 to this RFQ); Use Alt I 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 or http://www.arnet.gov/far); The following Federal Acquisition Regulation clauses, either by reference or full text, apply to this acquisition: 52.212-4 Contract Terms and Conditions - Commercial Items (Feb 2012); 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Jul 2012) The clauses that are check marked as being applicable to this purchase are: - 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011); - 52.219-28, Post Award Small Business Program Representation (Apr 2012); - 52.222-3, Convict Labor (June 2003); - 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Mar 2012); - 52.222-21, Prohibition of Segregated Facilities (Feb 1999); - 52.222-26, Equal Opportunity (Mar 2007); - 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010); - 52.223-18 Encouraging Contractor Policies to Ban Text Messages 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 or http://www.arnet.gov/far) The following DFARS Clauses/Provisions, either by reference or full text, apply to this acquisition: 252.209-7997 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-DOD APPROPRIATIONS (DEVIATION 2013-O0006) (JAN 2013) (attachment 2) 252.211-7003 Item Identification and Valuation (Jun 2011) 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items (Dec 2012): [The clauses that are check marked as being applicable to this purchase are: - 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011); - 2252.225-7001 Buy American and Balance of Payments Program (Dec 2012) - 252.232-7003 Electronic Submission of Payment Requests (Jun 2012); - 252.247-7023 Transportation of Supplies by Sea (May 2002) & Alternate III (May 2002) [end fill in for 252.212-7001]; 252.225-7002 Qualifying Country Sources as Subcontractors (Jun 2012) 252.225-7000 Buy American Statute--Balance of Payments Program Certificate (Jun 2012) 252.232-7006 Wide Area Workflow Payment Instructions (Jun 2012) 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). [The fill in portion of this clause is: Center/MAJCOM Ombudsman: Ms. Jill Willingham, AFLCMC/AQP, Area B, Bldg. 1790 10TH Street, Wright-Patterson Air Force Base, OH 45433-7630, Telephone: 937-255-5472, Fax 937-255-7916, Email: jill.willingham@wpafb.af.mil.] [end fill in for 5352.201-9201]. 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) The following local clauses will be included in subsequent award. A 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/. Attachment to the announcement: 1. Minimum Requirements 2. DFARS 252.209-7997 Quotations, references AND completed representations and certifications, if not available in SAM, are due by 3:00 pm (Eastern Time) on 09 May 2013 to: GLORIA TIGGS, AFLCMC/PKOBB Fax is 937-656-1412 (ATTN: GLORIA TIGGS). E-mail is: gloria.tiggs@wpafb.af.mil Mailing Address: ATTN: GLORIA TIGGS AFLCMC/PKOBB 1940 Allbrook Drive, Suite 3 Wright-Patterson AFB OH 45433 Quotations may be sent via email or postal service using the above contact information. Questions should be directed to Gloria Tiggs at Gloria.tiggs@wpafb.af.mil or call 937-522-4629. Be advised that all correspondence sent via e-mail shall contain a subject line that reads "FA8601-13-T-0070." 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-0070/listing.html)
 
Place of Performance
Address: WRIGHT-PATTERSON AFB, WPAFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN03045802-W 20130427/130425234759-0782a0315b12ac6d8a859b35eea8790e (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.