SOLICITATION NOTICE
H -- Petroleum Testing Equipment
- Notice Date
- 8/22/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PKO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- FA8601-12-T-0287
- Archive Date
- 9/12/2012
- Point of Contact
- Justin C. Nosker, Phone: 9375224617
- E-Mail Address
-
Justin.Nosker@WPAFB.AF.Mil
(Justin.Nosker@WPAFB.AF.Mil)
- Small Business Set-Aside
- N/A
- Description
- Petroleum Testing Equipment The U.S. Air Force (AFLCMC/PKOB) requires a vendor to provide Petroleum testing equipment for the AFPA/PTP (Air Force Petroleum Agency) at Wright-Patterson AFB, Ohio. The anticipated award is firm fixed price - Best Value. Additional detail on the requirements can be found in the Statement of Work (attached). This is a combined synopsis/solicitation for commercial items and service 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; quotes are being requested and a written solicitation will not be issued. The solicitation number is FA8601-12-T-0287 issued as a Request for Quote (RFP) and is conducted as a commercial item procurement using FAR Part 12.6. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60, 26 July 2012, Defense Acquisition Circular DPN 20120724, 24 July 2012, and Air Force Acquisition Circular 2012-0330, 30 March 2012. The NAICS is 334516. This RFQ has Two (2) line items: Line Item 0001: Dual Twin Foam Test Bath-P/N 14020-6 C. To support the petroleum fuel testing, this item must be able to test products such as Aviation Turbine Engine fuel, JP-5, JP-8, Jet A, Diesel fuel and packaged products to include hydraulic fluid and lubricating oils. These foam baths will be used to test foam consistency for these products. Line Item 0002: Graduated Cylinders (2)-P/N 14000-002. These graduated cylinders will be used to help the testing of the foam consistency for the products with the aforementioned Dual Twin Foam Test Bath. NOTE: This is a Brand Name Requirement. Manufacturer: Lazar Scientific Incorporated Contractor shall furnish all necessary personnel, facilities, materials, and services to fabricate and deliver the item listed above. Quote shall be accompanied by a completed FAR 52.212-3, Representations and Certifications (May 2011), 252.209-7998 Representation Regarding Conviction of Felony Criminal (Mar 2012), 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under and Federal Law (Jan 2012), 252.225-7000 Buy American Statute--Balance of Payments Program Certificate. (June 2012), and adhere to FAR 52.212-1, Instructions to Offerors - Commercial Items (Jun 2008). The Government's preferred method is electronic Representations and Certifications. This can be accomplished by registering in System for Award Management (SAM) at https://sam.gov and completing the on-line Representations and Certifications. The Contracting Officer will review quote based on the factors listed in this solicitation and the information furnished by the offeror. Before price is considered, the proposal must satisfy the technical requirements specified in the Statement of Work. Award will be made to the offeror whose proposal provides the best value to the Government price and other factors considered. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT IDENTIFIED IN THE PROPOSAL. Contract financing is NOT provided for this acquisition. The Government intends to award one firm fixed price (FFP) contract resulting from this solicitation to the responsible offeror whose proposal conforms 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 252.237-7003, Electronic Submission of Payment Requests. 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 (Jun 2008) [subparagraph (c) is changed to 60 days and subparagraph (e) is deleted and marked as reserved]; 52.212-3, Contractor Representations and Certifications (May 2011); 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); 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 (Jun 2010); 52.212-5 Contract Terms and Conditions Required Implementing Statues or Executive Orders - Commercial Items (Aug 2011) the clauses that are check marked as being applicable to this purchase are: -52.209-10, Prohibition on Contracting With Inverted Domestic Corporations (May 2012); - 52.219-28 Post Award Small Business Program Representation (Apr 2009); - 52.222-3 Convict Labor (June 2003); - 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Jul 2010); - 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 Messaging 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]; 52.252-2 Clauses Incorporated by Reference (Feb 1998) (the fill in portion of this clause is: http://farsite.hill.af.mil) The following DFARS Provisions and/or Clauses, either by reference or full text, apply to this acquisition: 252.209-7998 Representation Regarding Conviction of Felony Criminal (Mar 2012); 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under and Federal Law (Jan 2012); 252.211-7003 Item Identification and Valuation (Jun 2011) 252.212-7001 Contract Terms and Conditions Required Implementing Statues or Executive Orders--Commercial Items (Sep 2011): The clauses that are check marked as being applicable to this purchase are: - 252.203-7000, Requirements Relating to Compensation of Former Dodd Officials (Jan 2009); -252.225-7000 Buy American Statute-Balance Of Payments Program Certificate (Jun 2012) -252.225-7001 Buy American and Balance of Payments (June 2012) - 252.232-7003 Electronic Submission of Payment Requests (Mar 2008); - 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 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) Ms. Cynthia Evoniuk, AFLCMC/PKC, Area B, Bldg. 570 1755 Eleventh St., Wright-Patterson Air Force Base, OH 45433-7630, Tel 937-255-6005, FAX 937-656-7193, E-mail:Cynthia.Evoniuk@wpafb.af.mil. ASC/PKO H-002 - Delivery Procedures Commercial Vehicles (JUL 2005) Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil. Quote AND completed representations and certifications (if not available in SAM), are due by 3:00 pm Eastern on Tuesday, August 28th, 2012, to: Mr. Justin Nosker, AFLCMC/PKOBB. E-mail: Justin.Nosker@wpafb.af.mil Mailing Address: ATTN: Justin Nosker AFLCMC/PKOB 1940 Allbrook Drive, RM 109 Wright-Patterson AFB OH 45433 Questions should be directed to Justin Nosker at Justin.Nosker@wpafb.af.mil. Be advised that all correspondence sent via e-mail shall contain a subject line that reads "FA8601-12-T-0287, Petroleum Testing Equipment". 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/FA8601-12-T-0287/listing.html)
- Record
- SN02851225-W 20120824/120823001644-a44b7f81cbdccf7dc3e3194cfe7233ba (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 |