SOLICITATION NOTICE
J -- Preventive Maintenance and Calibration of Tensile Testers - Package #1
- Notice Date
- 8/30/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
- ZIP Code
- 45433-7218
- Solicitation Number
- FA8606-12-R-2011
- Point of Contact
- Karrie A. Glover, Phone: 9379043509
- E-Mail Address
-
karrie.glover@wpafb.af.mil
(karrie.glover@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. The solicitation number for this requirement is FA8606-12-R-2011 and is hereby issued as a Request for Quote (RFQ). AFLCMC/WNUK, Wright-Patterson Air Force Base, Ohio intends to award Firm-Fixed-Price contracts for the following requirement: Requirement: The services covered by this agreement are: One time preventative maintenance that includes full systems checks and diagnostics. One time calibration of the five tensile testers frames, each of their associated load cells and a video extensometer shown in the attached table. All quotes shall include maintenance and calibration services for all 5 Tensile Testers for consideration. CLIN 0001: Labor to perform maintenance and calibration service on five (5) Instron Tensile Testers in accordance with attached SOW, dated 21 August 2012. Performance: Shall start within 10 working days after award and ends within 5 working days thereafter. Location: Materials and Textiles Laboratory (MTL), 2060 Monahan Way, Building 17, Wright Patterson AFB, OH 45533 Warranty: All work performed shall be warranted for 30 days from the date when work was completed. Traceability: All standards used by the contractor to perform calibration on any of the equipment must be certified with traceability to the National Institute of Standards Technologies. The acquisition will be conducted as a full and open competition under North American Industry Classification System Code 811219. The size standard is $19M. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 205-48. It is the offeror's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions may be accessed via the Internet. To view provisions and clauses in full text, visit the web site http://farsite.hill.af.mil. The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant purchase order: FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-2 Evaluation-Commercial Items (see above), FAR 52-212-4 Contract Terms and Conditions, and FAR 52-212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. Proposal shall be accompanied by a completed FAR 52.212-3, Representations and Certifications, DFARS 252.212-7000 and 252.212-7001 and DFARS 252.225-7012. Responding contractors shall include quote with their response to allow the Government to make a complete evaluation and appraisal of the offering with respect to the requirements set forth in this combined synopsis/solicitation. The evaluation criteria will be Lowest Price Technically Acceptable. Technical criteria will be pass or fail. Quotes must clearly show offered item meets all requirements noted in the attached table. In accordance with DFARS 252.232-7003, invoicing and payments must be made utilizing the Wide Area Work Flow (WAWF). To register go to https://wawf.eb.mil. A Firm-Fixed-Price purchase order will be issued in writing to the successful, responsible offeror. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the System for Award Management (SAM). To register you may call 1-866-606-8220 or apply via the Internet at http://www.sam.gov. The Quotes shall include Instructions to Offeror (FAR 52.212-1), including: proposing company's name, address and phone; point of contact's name, phone, and email; proposal date; proposal number; total price; identify any discount; how long the proposal is valid (minimum of 60 days). Rejection of Unrealistic Offers The Government may reject any proposal/quote that is evaluated to be unrealistic in terms of program commitments, including contract terms and conditions, or unrealistically high or low in cost/price when compared to Government estimates, such that the proposal is deemed to reflect an inherent lack of competence or failure to comprehend the complexity and risks of the program. No telephone quotes will be accepted. All responses must be received no later than 4:00 PM, Eastern Standard Time on 13 Sept 2012. All proposals should be e-mailed to mmailto:Karrie.Glover@wpafb.af.mil or mailed to AFLCMC/WNUK, Human Systems Division, ATTN: Karrie Glover, AFLCMC/WNUK, 1981 Monahan Way, Bldg, 12, Wright Patterson AFB, OH 45433. Only proposals received by this date will be considered. Any questions concerning this notice should be directed to Karrie Glover at (937) 904-3509.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8606-12-R-2011/listing.html)
- Place of Performance
- Address: Materials and Textiles Laboratory (MTL), 2060 Monahan Way, Building 17, Wright Patterson AFB, Ohio, 45533, United States
- Zip Code: 45533
- Zip Code: 45533
- Record
- SN02863703-W 20120901/120831002121-157247168f3a3f5835d7ec81d07b873a (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 |