Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2009 FBO #2820
SOLICITATION NOTICE

66 -- Repair and Refurbishment of Box Parallel - Statement of Work and Related Technical Information

Notice Date
8/12/2009
 
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, 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-0029
 
Archive Date
12/31/2009
 
Point of Contact
Tom Carson, Phone: 740-788-5049, Becky A Smith, Phone: 740-788-5044
 
E-Mail Address
tom.carson@afmetcal.af.mil, rebecca.smith@afmetcal.af.mil
(tom.carson@afmetcal.af.mil, rebecca.smith@afmetcal.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
AF Form 2600 Technical Drawing ST4M186 Technical Drawing ST4M185 Technical Drawing 68D06002 Air Force T.O. 33K6-4-1651-1 Statement of Work (SOW) This is a combined synopsis solicitation no solicitation will be issued. THIS BUY IS 100% SET-ASIDE FOR SMALL BUSINESS. AFMETCAL 562 CBSG OMP at Heath OH intends to award a firm fixed price purchase order under Simplified Acquisition Procedures (SAP) for the repair and refurbishment of a Box Parallel. This quotation is being solicited as a 100% small business set-aside. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subparts 12.6 and 13, as supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-34 and DAC 91-13 DFARS Change Notice (DCN) 20090115. This announcement 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-0029 and shall be referenced on any offer submitted. The North American Industry Classification System (NAICS) code for this acquisition is 334515 and the business size standard is 500 employees. This is a 100% small business set-aside. Offerors are requested to provide pricing for four units. The units must meet the requirements of Air Force Technical Order 33K6-4-1651-1. The Statement of Work (SOW), Air Force Technical Order 33K6-4-1651-1, and related technical drawings are available for download at this site. Delivery of the first refurbished unit shall be due 60 days after receipt of award notification. Delivery of the remaining three units shall continue at a rate of one unit every 30 days until delivery is complete. The units will be shipped to AFMETCAL in Heath, Ohio. Delivery shall be FOB destination. Acceptance testing is required and will be completed within 45 days after receipt at AFMETCAL. The use of Wide Area Workflow (WAWF) billing system is required. Invoices may not be submitted in WAWF until the unit has passed acceptance testing. The current versions of the following clauses apply to this acquisition and are incorporated by reference: 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 and 2. Price. All offeror's shall provide with their quotation, descriptive literature, brochures, and/or technical proposal response. Offerors must submit sufficient technical literature, documentation, etc., in order for the Government to make an adequate technical assessment of the proposed unit. 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 the information submitted in response to this request for quote. The technical proposal response shall include a detailed written description of how the refurbishment will be accomplished in compliance with the Statement of Work and Technical Order 33K6-4-1651-1. A simple statement of compliance is not acceptable. FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, with Alternate I. Each offeror shall include a completed copy of this provision. Offerors shall complete only paragraph (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 52.219-6 Small Business Set-Aside FAR 52.219-28 Post-Award Small Business Program Rerepresentation; 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 52.222-50 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 252.211-7003 Item Identification and Valuation; DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFAR 252.232-7003 Electronic Submission of payment request; 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 Alan Mathis, WR-ALC/XR at 478-926-4028. To view provisions and clauses in full text see website (http://farsite.hill.af.mil). 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 item described in the Statement of Work, (2) be FOB Destination, (3) include a delivery schedule and discount/payment terms, (4) include name of and be signed by an authorized company representative along with telephone number and facsimile number, (5) include taxpayer identification number (TIN), CAGE Code Number and DUNS Number, (6) include a technical proposal that demonstrates how the technical specifications will be met, (7) include FAR 52.212-3 reps and certs and be sure ORCA and CCR are current. CLINs should be priced as follows: FY 2009 Basic Contract CLIN 0001 Repair of Box Parallel, 4 each This will be a DO-A7 rated order. Offers are due by 21 August 2009 at 4:30 PM EST to: Tom Carson, 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 submit by email to Tom.Carson@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 received timely shall be considered by this agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFMETCAL/FY2333-09-Q-0029/listing.html)
 
Place of Performance
Address: 813 Irving Wick Drive West, Bldg. 2, Heath, Ohio, 43056-1199, United States
Zip Code: 43056-1199
 
Record
SN01909504-W 20090814/090813001505-5cb3bce491d5e3774234b97d19985c42 (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.