SOLICITATION NOTICE
66 -- High Power RF Calorimeter - Statement of Work 1 June 2011
- Notice Date
- 6/17/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument 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
- FA2263-11-Q-0032
- Archive Date
- 9/30/2011
- Point of Contact
- Kathryn A Vaccaro, Phone: 740-788-5078
- E-Mail Address
-
kathryn.vaccaro@afmetcal.af.mil
(kathryn.vaccaro@afmetcal.af.mil)
- Small Business Set-Aside
- N/A
- Description
- J & A 1 June 2011 Statement of Work dated 1 June 2011 This is a combined synopsis solicitation no written solicitation will be issued. AFMETCAL at Heath OH intends to solicit and award a firm fixed price purchase order under Simplified Acquisition Procedures (SAP) for the purchase of a developmental effort for a RF High Power Calorimeter System that would be traceable to the Standard Volt with software, installation, training and technical manuals. 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 2005-52 and DAC 91-13 DFARS Change Notice (DCN) 20100927. This announcement constitutes the only solicitation. 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 FA2263-11-Q-0032 and shall be referenced on any offer submitted. The North American Industry Classification System (NAICS) code for this acquisition is 334516 and the business size standard is 500 employees. This quotation is being solicited as unrestricted. The requirement is to modify/redesign the AFMETCAL Calorimeter unit to achieve a primary objective of traceability to the Standard Volt. This project will be divided into appropriate phases that specifically define the work required and the expected deliverables at the end of each phase. The general phases to be accomplished are: 1. Evaluation: Evaluate the Air Force Government Furnished Equipment (EIL RF high power calorimeter and its respective chiller) for the successful hardware and software development of a RF High Power Calorimeter System, 2. Hardware Refurbishment/Modification and Integration, 3. Software integration and documentation, 4. Delivery and Final system integration, 5. System documentation, 6. Training and documentation. The end deliverable product shall be a complete turnkey system used for the calibration of the system's internal calorimeter and the AFPSL Feedthru RF Diode Power Sensor (Bird 4021/4022) with installation and training on the operation and maintenance of the upgrade in accordance with Statement of Work dated 1 June 2011. The SOW is available for download at this site. Delivery of the system shall be due as described in the deliverables and milestones of the SOW. Milestones identified in the SOW will be adjusted based on actual award dates. Item is for delivery to AFMETCAL in Heath Ohio. Acceptance testing is required and will be completed within 60 days after receipt at AFMETCAL. The current versions of the following clauses apply to this acquisition and are incorporated by reference: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government with Alternate I; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 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 SOW and 2. Price. Award will be made to the responsible technically acceptable offeror who conforms to all of the solicitation requirements and has the lowest evaluated price. All offeror's shall provide with their quotation, a technical proposal and should supplement technical proposal with descriptive literature, and/or brochures. Offerors must submit sufficient technical literature, documentation, etc., in order for the Government to make an adequate technical assessment of the work to be performed. 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 written line-by-line response to each paragraph number of the SOW. A simple statement of compliance is not acceptable. Where the technical literature demonstrates that the proposed work meets the requirement of a specific SOW paragraph you may reference that page and paragraph of the technical literature in your technical response in lieu of restating it; 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 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 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns; FAR 52.219-8 Utilization of Small Business Concerns; 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 52.222-35 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 52.222-50 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; FAR 52.245-1 Government Property (deviation); FAR 52.245-9 Uses and Changes; FAR 52.247-34 F.o.b. - Destination; DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; DFARS 252.211-7003 Item Identification and Valuation; DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (deviation); DFARS 252.225-7013 Duty-Free Entry; DFARS 252.225-7020 Trade Agreements Certificate; DFARS 252.227-7015 Technical Data - Commercial Items; DFARS 252.232-7003 Electronic Submission of Payment Request and Receiving Reports; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.247-7023 Transportation of Supplies by Sea; AFFAR FAR 5352.201-9101 Ombudsman (AFMC) - When appropriate, potential offerors may contact Ombudsman Kathy B. Cames, WR-ALC/PKC at Phone 478-222-1088, Fax 478-222-1121. 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. Offeror's shall provide with their quotation, a copy of their commercial descriptive literature, brochures, and/or adequate information to determine that the proposed work meets the requirements of the Government. Technical evaluation and approval by AFMETCAL is required before award will be made. Submit your best offer as award may be made on initial offers without discussions. The offer must: (1) be for the work described in the Statement of Work, (2) be FOB Destination, (3) include a delivery schedule and discount/payment terms, (4) include copy of commercial price list, (5) include name of and be signed by an authorized company representative along with telephone number and facsimile number, (6) include taxpayer identification number (TIN), CAGE Code Number and DUNS Number, (7) include a technical proposal that follows the SOW line-by-line, (8) include a copy of commercial standard warranty, (9) include a copy of subcontracting plan if applicable, (10) include FAR 52.212-3 reps and certs and be sure ORCA and CCR are current. Offers are due by 18 July 2011 at 4:00 PM EST to: Kathryn Vaccaro, 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 kathryn.vaccaro@afmetcal.af.mil. Electronic submissions to kathryn.vaccaro@afmetcal.af.mil are permissible. However, offerors bare the risk for receipt of submissions being untimely. Offerors shall allow sufficient time for receipt of electronic submissions by the due date and time. 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/FA2263-11-Q-0032/listing.html)
- Record
- SN02476325-W 20110619/110617235007-5ed85c15e79ef87304d791adb74dd4d5 (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 |