SOLICITATION NOTICE
66 -- Density Meter
- Notice Date
- 9/9/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
- ZIP Code
- 32925-3238
- Solicitation Number
- FA2521-13-Q-B126
- Archive Date
- 9/28/2013
- Point of Contact
- Teresa Fidermutz, Phone: 3214946343, ,
- E-Mail Address
-
teresa.fidermutz@us.af.mil, 45cons.lgcb.e-bids@us.af.mil
(teresa.fidermutz@us.af.mil, 45cons.lgcb.e-bids@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 FA2521-13-Q-B126 shall be used to reference any written quote provided under this request for quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69, effective date 3 Sep 13. The North American Industry Classification System (NAICS) code for this project is 334516 with a size standard of 500 employees. Item Description Qty Unit Unit Price Total Amount 0001 Automatic Density meter 1 EA To include furnishing all labor, tools, parts and materials necessary to install. This item must include the following salient characteristic: 1. The automatic density meter must have a measuring range of 0 g/cm3 to 3 g/cm3 at temperatures between 0 deg C and 95 deg C. 2. The meter's density accuracy must be at least0.00005 g/cm3 and temperature accuracy 0.03 deg C. 3. The meter's repeatability accuracy must be 0.00001 g/cm3 and temperature accuracy 0.01 deg C. 4. One milliliter minimum sample size and take 30 seconds to complete measurement. 5. Preset measuring methods for different applications. 6. Contain integrated conversion tables for density and concentration measurements. 7. Detect filling errors and gas bubbles in sample to ensure correct sample filling. 8. Display live images of oscillating U-tube to verify proper sample filling process. 9. Temperature control to eliminate measurement drifts as temperature changes. 10. Built-in temperature balance f3eature to eliminate multi-temperature calibrations. 11. Automatic viscosity correction of the sample (no standards required). 12. TFT touch screen display with user friendly menus needed to operate instruments. 13. Instrument must be able to integrate with RS-232, VGA, USB and Ethernet. Estimated Delivery Time: ____________ Warranty: ________________ FOB: Destination Ship to address: 15251 Scrub Jay St. CCAFS, Florida 32925 NOTE TO OFFERORS: In accordance with FAR 8.402(f), an ordering activity Contracting Officer may combine open market items with General Services Administration (GSA) items; therefore, if any item is applicable to (GSA) Contract Schedule please clearly labeled the item GSA or open market. FAR Provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following addendum applies: RFQ due date: 13 Sep 13 RFQ due time: 3:00 pm (EST.) Fax RFQ to 321-494-1843 or mail to: 45th Contracting Squadron Attn: FA2521-13-Q-B126 1201 Edward H. White II Street, MS 7200 Patrick AFB, FL 32925-3238 DUNS Number Cage Code Tax ID Number *Number of Employees_____________ *Total Yearly Revenue_______________ *Information required to determine size of business for the NAICS referenced above All questions regarding this solicitation must be fax to 321-494-1843 by 1:00 pm (est.) 11 Sep 13 All companies must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. All companies must be registered in the System For Award Management at https://www.sam.gov/portal/public/SAM/ to be considered for award. The Government will not provide contract financing for this acquisition. WAWF instruction shall be provided at time of award. FAR Provision 52.212-2, Evaluation -- Commercial Items, applies to this acquisition and the following evaluation is applicable: Pursuant to FAR 12.602 contract award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106. Offeror's submissions will be evaluated based upon price, and ability to fulfill the requirement. Please ensure that any submission made in response to this solicitation contains adequate information to allow for government evaluation in accordance with the above criteria. FAR Provision 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its Alternate I, applies to this acquisition. All vendors must be registered in System For Award Management at https://www.sam.gov/portal/public/SAM/ at the time of Quote submittal. FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition with the following Addendum: Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEV), Additionally, the following FAR clauses cited in 52.212-5 are applicable: 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 11) 52.219-28 Post Award Small Business Program Rerepresentation (Apr 12) 52.222-3 Convict Labor (June 03) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Mar 12) 52.222-21 Prohibition of Segregated Facilities (Feb 99) 52.222-26 Equal Opportunity (Mar 07) 52.222-36 Affirmative Action for Workers with Disabilities (Oct 10) 52.222-50 Combating Trafficking in Persons (Feb 09) 52.225-13 Restriction on Certain Foreign Purchases (Jun 08) 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) 52.233-1 Disputes (Jul 02) 52.233-3 Protest After Award (Aug 96) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 04) DFARS Clause 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEV), Additionally, the following FAR clauses cited in 252.212-7001 are applicable: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 11) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 11) 252.225-7001 Buy American Statute-Balance of Payments Program Certificate (Jun 12) 252.225-7031 Secondary Arab Boycott of Israel (Jun 2005) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 12) 252.232-7006 Wide Area Workflow Payment Instructions (May 2013) 252.232-7010 Levies on Contract Payments (Dec 06) 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (Jun 13) 252.244-7000 Subcontracts for Commercial items (Jun 2013) 252.247-7023 Transportation of Supplies by Sea (Jun 2013) (Clause located in SAM) 252.247-7023 Transportation of Supplies by Sea (Jun 2013) (Clause located in SAM) Alternate III (May 02) The following AFFARS clause is applicable to this solicitation: AFFARS 5352.201-9101 Ombudsman with the following fill-in: HQ AFSPC/A7K, Contracting Division, 150 Vandenberg St. Ste 1105, Peterson AFB CO 80914-4350, Phone: 719-554-5250, Email: AFSPC.A7K@peterson.af.mil. AFFARS 5352.242-9000, Contractor Access to Air Force Installations The full text of these clauses and provisions may be assessed electronically at the website: http://farsite.hill.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-13-Q-B126/listing.html)
- Place of Performance
- Address: 15251 Scrub Jay St., CCAFS, Florida, 32925, United States
- Zip Code: 32925
- Zip Code: 32925
- Record
- SN03180854-W 20130911/130910000143-070ddf80416fc4aed3408b9e99f7fccc (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 |