Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 19, 2012 FBO #4043
SOLICITATION NOTICE

43 -- Ultra High Vacuum Pumping Station - DFARS 252.209-7999

Notice Date
12/17/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333912 — Air and Gas Compressor 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-0281
 
Archive Date
1/5/2013
 
Point of Contact
David E. McClannan, Phone: 9375224608
 
E-Mail Address
david.mcclannan@wpafb.af.mil
(david.mcclannan@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
252.209-7999 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW This is a combined synopsis/solicitation for an Ultra High Vacuum Pumping Station, was prepared in accordance with the format in Federal Acquisition Requirements (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 FA8601-12-T-0281 using FAR Subpart 13, Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-63, 10 December 2012. This solicitation document is Full and Open Competition under North American Industry Classification System Code (NAICS) 333912. Size standard is 500 employees. The AFLCMC/PZIO Operational Contracting Division, Wright-Patterson Air Force Base, Ohio intends to award a firm-fixed-price contract for the following requirements: Requirements: Ultra High Vacuum Pumping Station- 1. Two (2) - Air-cooled turbomolecular pumps with a minimum pumping speed of 260 l/s and a CF100 conflat (4" I.D. /6" O.D.) mounting flange. 2. Two (2) - Appropriate controllers for the turbomolecular pumps listed above. (Base pressure less than 1x10-2 Torr). 3. Two (2) - Oil-free scroll pumps providing a minimum pumping speed of 18 cfm with a KF 40 foreline port. Both oil-free scroll pumps need to be compatible with the turbomolecular pumps listed above (base pressure less than 1x10-2 Torr). 4. Two (2) - Rebuild kits for the oil-free scroll pump listed above. 5. One (1)- Air-cooled turbomolecular pump with a minimum pumping speed of 260 l/s and a CF100 conflat (4" I.D./6" O.D.) mounting flange. 6. One (1) - Appropriate controller for the turbomolecular pump listed above. 7. One (1) - Foreline integrated oil sealed rotary vane pump/integrated roots blower providing a minimum 250 cmh pumping speed. Compatible with the turbomolecular pump listed above (base pressure less than 1x10-2 Torr). 8. One (1) oil-free scroll pump providing a minimum pumping speed of 9 cfm with a KF25 foreline port. 9. Two (2) - Rebuild kits for the oil-free scroll pump listed above. 10. Three (3) - Vacuum gauge controller(s) capable of reading six (6) high-vacuum sensors including thermocouple, pirani, and hot cathode type sensors. These gauge controllers can be integrated into the turbomolecular pump controllers listed above. 11. One (1) - Throttle valve with CF100 conflat (4" I.D. /6" O.D.) flanges, needed to control the gas pressure in an ultra-high vacuum chamber. Quotations need to adhere to FAR 52.212-1, Instructions to Offerors - Commercial; and include a completed FAR 52.212-3, Representations and Certifications. The Government's preferred method is Online Representations and Certifications. In addition the reps and cert in FAR 52.212-3 fill-in must be completed and returned with quote. This can be accomplished by registering in SAM at https://sam.gov and completing the on-line Representations and Certifications. 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: Technical Capability and Price. The quotations may be in any format but MUST include: 1) Proposing company's name, address, Tax ID Number, Cage Code and phone 2) Point of contact's name, phone, and email 3) Quotation number & date 4) Item price 5) Total price (Net 30), No Progress Payments 6) Shipping (FOB Destination) 7) Applicable discounts 8) Timeframe that the quote is valid 9) Delivery Schedule 10) Warranty Information (if applicable). 11) Completed FAR 52.212-3, Representations and Certifications 12) Completed DFARS 252.209-7998, Representation Regarding Conviction of a Felony Criminal Violation (See Attachment 1) 13) Completed DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under Federal Law (See Attachment 2) Quotations MUST also contain a complete description of items offered to clearly show that items meet or exceeds the requirements listed above. The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the Offeror. Before price is considered, the proposal must meet the technical capabilities. 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 252.232-7003, 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/. It is the Offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil. The following provisions are incorporated by reference and apply to this acquisition: FAR 52.212-1, Instructions to Offerors - Commercial FAR 52.212-2, Evaluation Factors [the fill in portion of this clause is: technical and price] FAR 52.212-3, Representations and Certifications DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. The following clauses are incorporated by reference and apply to this acquisition: 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. FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns FAR 52.219-28, Post Award Small Business Program Representation 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 DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. The clauses that are check marked as being applicable to this purchase are: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.225-7001, Buy American and Balance of Payments Program DFARS 252.225-7036, Buy American Act-Free Trade Agreements DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.232-7006, Wide Area Workflow Payment Instructions All Quotations and responses must be received no later than 10:00 a.m. EST, Friday the 21st of December 2012. Submittal of quotes in response to this RFQ constitutes agreement by the Offeror of all terms & conditions contained herein, which will also be the terms & conditions of any resulting contract. All responses may be submitted either electronically or hard copy to the following addresses: Email: david.mcclannan@wpafb.af.mil. Please ensure that your response is in PDF format. Mailing address: AFLCMC/PZIOAA Attn: David McClannan 1940 Allbrook Drive, Suite 3, Rm 109 Wright-Patterson AFB, OH 45433-5309 Please direct all questions and concerns to David McClannan at david.mcclannan@wpafb.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-12-T-0281/listing.html)
 
Place of Performance
Address: 2241 Avionics Circle, WPAFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02950658-W 20121219/121217234745-985c2035bb95678389b9c6c18b0b38ad (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.