SOLICITATION NOTICE
66 -- 200 Gram Balances - Attached Documents
- Notice Date
- 3/16/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333997
— Scale and Balance Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, 562 CBSG OMP (AFMETCAL), 813 Irving Wick Dr. W. Bldg 2, Heath, Ohio, 43056-6116, United States
- ZIP Code
- 43056-6116
- Solicitation Number
- FY2333-09-Q-0021
- Archive Date
- 10/2/2009
- Point of Contact
- Bruce E Thompson, Phone: 740-788-5046, Amy I Poling, Phone: 740-788-5045
- E-Mail Address
-
Bruce.Thompson@afmetcal.af.mil, Amy.Poling@afmetcal.af.mil
- Small Business Set-Aside
- N/A
- Description
- Pricing Worksheet Example Distribution List, reference only. Warranty Description First Production Unit Testing. Addendum to FAR 52.212-4, Contract Terms and Conditions - Commercial Items. Data Requirements Purchase Description 09M-273A-MA dated 12 Aug 2008 This is a combined synopsis solicitation, no separate solicitation will be issued. AFMETCAL 562 CBSG OMP at Heath OH intends to award a firm fixed price purchase order under Simplified Acquisition Procedures for the purchase of 200 Gram Balances with a one year warranty and associated data requirements. This is a combined synopsis/solicitation for commercial items in accordance with the format in the Federal Acquisition Regulation (FAR) Subparts 12.6 and 13, supplemented by additional information and requirements. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30 and DAC 91-13 DFARS Change Notice (DCN) 20090115. This constitutes the only solicitation. Quotes are being requested and a written request for quotation (RFQ) will not be issued. It is the offeror's responsibility to monitor this site for the release of amendments (if any). The RFQ number is FY2333-09-Q-0021 and shall be referenced on any offer submitted. The North American Industry Classification System (NAICS) code is 333997 and the small business size standard is 500 employees. This announcement is being solicited as unrestricted with full and open competition. Items offered shall be commercially available and deliveries shall be FOB destination. Offerors are requested to provide pricing for 16 units and include quantity price breaks, if any; and if separately priced, pricing for one year warranties and associated data requirements. The basic contract is for 10 each 200 Gram Balances in accordance with (IAW) Purchase Description 09M-273A-MA dated 12 August 2008, one (1) year warranties IAW Warranty Description AFMETCAL/ ML-01 dated 11 August 2008, Data Requirements IAW DD Forms 1423-1 and the associated Data Item Description. In addition to the basic contract, option quantities may be purchased in fiscal year (FY) 2010 up to a maximum of 6 each. The Government reserves the authority to exercise options by issuance of modifications for all or any portion of the total option quantity from the date of the award to 30 September 2010. However, there is no guarantee that an option will be exercised. The Purchase Description, Warranty Description and Data Requirements are available for download at this site. Initial delivery of the Data Requirements, Logistics copies, 3 each IAW DD Form 1423-1 shall be due 30 days after the date of award. The remaining Data Requirements, one (1) copy each, are to be delivered with each 200 Gram Balance. The First Production Unit, one (1) each, shall be due 90 days after the award date. This unit will be delivered to AFMETCAL Heath, OH and tested for acceptance. Acceptance testing will be completed within 45 days after receipt. "Addendum to 52.212-4, Contract Terms and Conditions - Commercial Items" describes First Production Unit testing and is available for download at this site. After acceptance of the First Production Unit, the remaining production units will be direct deliveries and begin within 90 days after acceptance of the First Production Unit. Delivery rate of the direct deliveries shall be a minimum of 2 each to a maximum of 10 each every 30 days. Direct deliveries will be IAW the contract distribution list and requisition numbers issued by AFMETCAL prior to delivery. All contractor deliveries will be within the 48 contiguous United States and Offerors shall quote FOB destination so that delivery cost is incorporated into the unit price. For reference only, an example of a proposed distribution list by year, location, zip code and quantity is available for download at this site. A final and complete distribution list will be attached to the award. Accelerated deliveries are not permitted unless authorized by the contracting officer. Contractor shall utilize the Wide Area Work Flow (WAWF) website to document deliveries and to receive payments. Instructions for submitting Receiving Reports for deliveries and Invoices for payments in WAWF will be included in the award. The current versions of the following clauses apply to this acquisition and are incorporated by reference: FAR 52.203-6 with Alternate 1, Restrictions on Subcontractor Sales to the Government. FAR 52.212-1, Instructions to Offerors Commercial Items. FAR 52.212-2, Evaluation-Commercial Items - (a) 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: 1. Technical. Capability of the item offered to meet the Government requirements as stated in the Purchase Description (PD) and 2. Price. All offerors shall provide with their quotation a Technical Proposal and any descriptive literature or brochures. Offerors shall submit sufficient technical literature, documentation, specifications, etc. in order for the Government to make a complete technical assessment of the proposed items. Award will be based on technical acceptability (acceptable or not acceptable) and then price. Technical acceptability will be determined solely on the content and merit of their information submitted in the Technical Proposal. The Technical Proposal shall be a formatted line-by-line response to each paragraph, subparagraph, parameter and specification in the Purchase Description. The technical proposal shall be specific and detailed enough without the need for additional data or clarification after receipt. Line by line responses with respect to the Purchase Description shall allow full evaluation of the equipment being offered. Simple statements of compliance, such as exceeds, meets, or does not meet will be considered non-responsive and the contractor's offer may not be evaluated further for this procurement. Where the technical literature demonstrates that the proposed unit meets the requirement of a specific paragraph of the purchase description you may reference that page and paragraph of the technical literature in your technical proposal in lieu of restating it. FAR 52.212-3 with Alternate I, Offeror Representations and Certifications - Commercial Items. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. 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. (Deviation). FAR 52.219-8, Utilization of 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 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. FAR 52.222-36, Affirmative Action for Workers with Disabilities. FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veteran. FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees. FAR 52.222-50, Combating Trafficking in Persons. FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. FAR 52.233-3, Protest After Award. FAR 52.233-4, Applicable Law for Breach of Contract Claim. DFAR 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country. DFAR 252.211-7003, Item Identification and Valuation. DFAR 252.212-7000, Offeror Representations and Certifications - Commercial Items. DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. DFAR 252.225-7035 Buy American Act--Free Trade Agreements--Balance of Payments Program Certificate. DFAR 252.227-7015, Technical Data - Commercial Items. DFAR 252.232-7003, Electronic Submission of payment request. DFAR 252.232-7010, Levies on Contract Payments. AFMC FAR 5352.215-9006, Intent to Incorporate Contractor's Technical Proposal (AFMC). AFMC FAR 5352.201-9101, Ombudsman (AFMC) (Aug 2005) - When appropriate, potential offerors may contact Ombudsman Kim Lynn, WR-ALC/XR at 478-926-2183. To view provisions and clauses in full text see website (http://farsite.hill.af.mil). This acquisition is contingent upon the availability of funds. All offers must be valid for a period of 90 days. 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 reserves the right to limit the number of offers reviewed for award, for efficiency purposes. The offer must: (1) be for the items described in the Purchase Description and IAW this combined synopsis/solicitation (2) include the unit pricing for the basic contract of 10 each and unit pricing for the FY 2010 option of 6 each for the 200 Gram Balances and, if separately priced, unit prices for one year warranties and Data Requirements. A Pricing Worksheet is available for download at this website. It is formatted for this solicitation by Item No. (or CLIN) and is recommended for use when submitting offers. (3) be offered FOB Destination, (4) include a delivery schedule and discount/payment terms, (5) include a copy of offeror's current commercial price list, (6) include the name of and be signed by an authorized company representative along with telephone number and facsimile number, (7) include taxpayer identification number (TIN), CAGE Code Number and DUNS Number, (8) include a technical proposal that follows the PD line-by-line as instructed above, (9) include a statement of compliance to the "Warranty Description, AFMETCAL/ML-01 dated 11 August 2008." (10) include FAR 52.212-3 reps and certs and the offeror is to ensure ORCA and CCR registrations are current. This will be a DO-A7 rated order. Offers are due by 31 March 2009 at 4:00 PM EST to: Bruce Thompson, 562 CBSG/OMP (AFMETCAL) 813 Irving-Wick Dr W, Bldg. 2, Heath OH 43056-1199. Facsimile submissions to 740-788-5157 are permissible with the follow-up of an original sent by mail or by email to Bruce.Thompson@afmetcal.af.mil. Any offer or modifications to the offer received after the exact time specified for receipt of offers/quotes may not be considered. All contractors must be registered in the Central Contractor Registration (CCR) Database and must put their reps and certs in the ORCA website at http://ORCA.bpn.gov. All responsible sources may submit an offer, which if timely received shall be considered by this agency.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ea73a21981c855846d1d1ad3f3cf806d&tab=core&_cview=1)
- Record
- SN01770111-W 20090318/090316215414-ea73a21981c855846d1d1ad3f3cf806d (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 |