MODIFICATION
66 -- Combustion Instability System - Minimum Requirements ATTACHED
- Notice Date
- 8/8/2007
- Notice Type
- Modification
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFMC - Air Force Materiel Command Headquarters, HQ AFMC/PKX 4375 Chidlaw Rd Ste 6, Wright-Patterson AFB, OH, 45433, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- F4F5AV7169A003
- Response Due
- 8/15/2007
- Archive Date
- 8/30/2007
- Description
- 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. No paper copies of this notice will be provided. Solicitation Number F4F5AV7169A003 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-17. This RFQ is being conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). NOTICE: This RFQ is unrestricted. All businesses capable meeting the minimum requirements, delivery, and regulatory requirements are encouraged to respond. This RFQ has one line item, a Combustion Instability System. General application of the unit will enable advanced laser diagnostic support of Air Force Institute of Technology (AFIT) projects. The equipment will be used to measure the hydroxyl (OH) radical in reacting flows at speeds greater than 10 kHz. Requirements of the Combustion Instability System are as stated in MINIMUM REQUIREMENTS (ATTACHED); a BILL OF MATERIALS and PRINTS are not provided. Delivery is required within 120 days from date of contract award. The System shall be fully functional and stand-alone; delivered to AFIT/ENY 2950 Hobson Way Wright-Patterson AFB OH 45433-7765. FOB point is Destination (Wright-Patterson AFB OH). Quoted prices must be delivered (FOB Destination) prices. Evaluation will be based on overall best value. The binary evaluation factors are price, technical experience, past performance, and delivery time. Quotations shall address the evaluation factors listed and include the minimum requirements set forth in ATTACHED Minimum Requirements - Combustion Instability System. The Government shall make a complete evaluation and appraisal of the offering with regard to understanding of the requirements. Specifications of component parts including the manufacturer name and model number shall be stated in quote. All information identified in the quote must be reasonably available to the Contracting Officer. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT IDENTIFIED IN THE QUOTE. The following Provisions apply to this acquisition: 52.212-1, Instructions to Offerors?Commercial Items; 52.212-3, Contractor Representations and Certifications; 52.204-6 Data Universal Numbering System (DUNS) Number; 52.252-1, Solicitation Provisions Incorporated by Reference (fill-in http: http://farsite.hill.af.mil); and 52.252-5, Authorized Deviations in Provisions (fill-in DFARS, Chapter 2). A copy of FAR Clause 52.212-3, Contractor Representations and Certifications-Commercial Items must be completed and submitted with quotation. Electronic copies are available at https://orca.bpn.gov/. The following Solicitation Clauses also apply to this acquisition and are hereby incorporated: 52.212-4, Contract Terms and Conditions--Commercial Items; Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items with the following clauses: X 52.203-6 (ALT I) Restrictions on Subcontractor Sales to the Government; X 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; X 52.219-8, Utilization of Small Business Concerns; X 52.222-3, Convict Labor; X 52.222-19, Child Labor?Cooperation with Authorities and Remedies; X 52.222-21, Prohibition of Segregated Facilities; X 52.222-26 Equal Opportunity; X 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; X 52.222-36, Affirmative Action for Workers with Disabilities; X 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; X 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; X 52.225-13, Restrictions on Certain Foreign Purchases; X 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration; 52.204-4 Printed or Copied on Double-Sided Recycled Paper; 52.247-34, FOB Destination; 52.252-2, Clauses Incorporated by Reference (fill-in: http: //farsite.hill.af.mil); 52.252-6, Authorized Deviation in Clauses (fill-in: DFARS, Chapter 2); 252.204-7003, Control of Government Work Personnel; 252.204-7004, Required Central Contractor Registration; 252.211-7003 Item Identification and Valuation; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items with the following clauses: X 52.203-3, Gratuities; X 252.225-7001, Buy American Act and Balance of Payments Program; X 252.225-7012, Preference for Domestic Commodities; X 252.232-7003, Electronic Submission of Payment Requests; X 252.243-7002, Requests for Equitable Adjustment; and 5352.201-9101 Ombudsman (fill-in: Ms Debra Haley, ASC/AE, 1755 11th St., Bldg. 570, R113, WPAFB OH 45433-7404 Tel. 937 255-5315, Fax 937 656-7540, e-mail: debra.haley@wpafb.af.mil) is also included. The full text of all FAR, DFARS, and AFFARS provisions and clauses may be accessed electronically at http://farsite.hill.af.mil/. Contract financing will NOT be provided for this acquisition. Contractor must be registered in CCR prior to award. By submission of a quote, the contractor acknowledges the requirement that awardee must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation. The Government will make an award from this Request for Quotation (RFQ) to a responsible contractor whose offer is most advantageous to the Government. The Government reserves the right to not make an award at all. Point of contact for this notice is Mr. Jeff Jacob, 937 522-4646. Information can be e-mailed to jeffrey.jacob@wpafb.af.mil or faxed to 937 656-1412 Attn: Jeff Jacob with subject line RE: COMBUSTION INSTABILITY SYSTEM. No special format or form is required for your quote; however, only complete quotations with supplemental descriptive literature shall be considered. ALL INFORMATION IS DUE BY CLOSE OF BUSINESS 15 AUGUST 2007.
- Place of Performance
- Address: AFIT/ENY, 2950 Hobson Way, Wright-Patterson AFB OH
- Zip Code: 45433-7765
- Country: UNITED STATES
- Zip Code: 45433-7765
- Record
- SN01365855-W 20070810/070808221130 (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 |