Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2012 FBO #3953
MODIFICATION

58 -- High Power Multi-Band Laser System

Notice Date
9/18/2012
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Eglin Research Site, 101 West Eglin Blvd, Suite 337, Eglin AFB, Florida, 32542-6810
 
ZIP Code
32542-6810
 
Solicitation Number
F1T0EB2198AG01
 
Archive Date
10/5/2012
 
Point of Contact
Caroline H. Frank, Phone: 850-882-3349
 
E-Mail Address
Caroline.Frank@eglin.af.mil
(Caroline.Frank@eglin.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a 100% Small Business Set-Aside The Air Force Test Center (AFTC), Installation Operational Contracting Division (PZIO), Eglin AFB, FL intends to solicit, negotiate, and award a Firm-Fixed Price contract for a High Power Multi-Band Laser System. This is a combined synopsis/solicitation for commercial items prepared under Federal Acquisition Regulation (FAR) Subpart 12.6, Streamlined Procedures; FAR Part 12, Acquisition of Commercial Items; and FAR Part 13, Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate, written solicitation will not be issued. This announcement is issued as Request for Quotation (RFQ) # F1T0EB2198AG01. The North American Industry Classification System (NAICS) code for this acquisition is 334516, with small business size standard of 500 employees; please identify your business size in your response based upon this standard. This is a 100% Small Business Set-Aside. Offerors will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis IAW FAR 15.101-2 and the award will be made to the lowest priced offeror that meets the minimum requirement. The government will not accept refurbished/used equipment. There will be no advance payments. Cost of shipping shall be included in unit price. Offerors are advised to include a completed copy of provision 52.212-3, Offer Representations and Certifications - Commercial Items, with their offer. This requirement is for: CLIN 0001: One (1) each laser system. Multi-band QCL, turn key. High power Multi-band; Laser head model multilux -20-40-CW-SYST. Configuration/specification in accordance with Government Technical Requirements Document (TRD) Shipping included. CLIN 0002: One (1) each power supply. Modified to provide switchable control for varying the power levels of individual lasers either through computer software or directly through 0-5 volt DC input voltage. Includes test report packaging with measurements provided prior to product shipment and operator manual. CLIN 0003: One (1) each red guide beam co-aligned with SWIR laser and MWIR laser. The following provisions and clauses are incorporated in this notice and are those in effect through Federal Acquisition Circular 2005-61, effective 13 September 2012: • FAR 52.204-9, Personal Identity Verification of Contractor Personnel; • FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation; • FAR 52.212-1, Instructions to Offerors -- Commercial Items; • FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items with Alt I; • 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 (Apr 2012); incorporating the following: (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: • FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; • FAR 52.209-6, Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; • FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; • FAR 52.219-6, Notice of Total 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 52.222-36, Affirmative Action for Workers With Disabilities; • FAR 52.222-50, Combating Trafficking in Persons; • FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; • FAR 52.225-13, Restrictions on Certain Foreign Purchases; • 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; (End Clause) • FAR 52.247-34, F.o.b. Destination; • FAR 52.249-1, Termination for Convenience of the Government (Fixed-Price) (Short Form); • FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), which reads as follows: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of Clause). • DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; • DFARS 252.204-7003, Control of Government Personnel Work Product; • DFARS 252.211-7003, Item Identification and Valuation; • DFARS 252.212-7001, Contract terms and conditions required to Implement Statutes or Executive Orders applicable to Defense acquisitions of Commercial Items, incorporating the following: • DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; • DFARS 252.225-7001, Buy American Act and Balance of Payments Program; • DFARS 252.232-7003, Electronic Submission of Payment Requests; • DFARS 252.247-7023, Transportation of Supplies by Sea, with Alt III; • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; • DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions; • DFARS 252.232-7010, Levies on Contract Payments; • AFFARS 5352.201-9101, Ombudsman; DEVIATIONS • FAR 52.252-6, Authorized Deviations in Clauses; • FAR 52.204-99, System for Award Management Registration (DEVIATION); • FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (DEVIATION); • DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (DEVIATION); *See below for actual fill-in. DFARS 252.209-7999 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION 2012-O0004) (JAN 2012) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012,(Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ___ ] is not [ ___ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ___ ] is not [ ___ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. Please provide DUNS or Cage Code, Shipping Point, payment terms, quote expiration date, lead time and any additional information pertinent to this solicitation. Offerors must be registered in the System for Award Management (SAM) in order to be eligible for award. All questions are due by 19 September 2012. If your company is capable of providing this item, pricing and any product literature must be received NLT 09:00AM Central Time, 20 September 2012. Please send all questions via email to Caroline Frank @ Caroline.Frank@eglin.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLERS/F1T0EB2198AG01/listing.html)
 
Place of Performance
Address: Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN02887992-W 20120920/120919001857-e97a6eb93d5194e7d379029069691fa7 (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.