This is a source of sought for commercial items prepared IAW the format in 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. This is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-09 and DFARs Change Notice (DCN) 20060519. Standard Industrial Classification (SIC) code is, FSC Code is 6605 and the size standard is 23m. NAICS is 334511.1. The Air Force Flight Test Center has requirement Honeywell Internal Measurement units (4 ea). These units will be used for TSPI to measure and test velocity and altitude of the vehicle.
Interested parties who believe they can meet all the requirements described in this synopsis are invited to submit in writing complete information describing their ability to provide the required equipment. FOB Destination is the Government preferred method of shipping. Please submit FOB Destination shipping information with all submittals to the office. Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis.
52.232-33 Mandatory information for electronic funds transfer payment. Before we can begin the contracting process with your company, I need the following Online Representations and Certifications Application (ORCA) completed-- http://orca.bpn.gov/. FOR MPIN REGISTRATION: http://www.ccr.gov/mpin.asp. Use of online representations & certifications application (ORCA) became mandatory 1 January 2005. ORCA is a web-based system that centralizes, standardizes, and moves the collection and storing of FAR level representations and certifications online. Representations and certifications are to be completed at least annually by vendors on-line through the ORCA portion of the Business Partner Network (BPN). Contractors, presently registered in Central Contractor Registration (CCR), can get a head start by going to www.bpn.gov/orca/ to activate their ORCA profiles. Initially, ORCA will retain the most significant contractor representations and certifications that would apply to any acquisition in the form of 26 questions. Solicitation-specific representations and certifications may still be used outside of ORCA. Further information on this initiative may be obtained from the ORCA help menu, http://orca.bpn.gov/help.aspx. This help menu includes ORCA background information, frequently asked questions (FAQ), and the ORCA Handbook.
Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition.
Provision at 52.212-2 -- Evaluation -- Commercial Items. (Jan 1999) 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:
(i) technical capability of the item offered to meet the Government requirement
(ii) price
52.212-3 Offeror Representations and Certifications -- Commercial Items
52.204-7 Central Contractor Registration
52.212-4 Contract Terms and Conditions ââ¬â Commercial Items
52.212-5 Contract Terms and Conditions Required to Implement Statutes
52.225-4 Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act Certificate
52.225-4 Alternate I
52.222-22 Previous Contracts and Compliance Reports
52.222-25 Affirmative Action Compliance
252.212-7000 Offeror Representations and Certifications--Commercial Items
52.252-2 Clauses Incorporated by Reference (Feb 1998)
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 address: http://farsite.hill.af.mil.
52.222-3 Convict Labor
52.222-19 Child Labor---Cooperation with Authorities and Remedies.
52.222-21 Prohibition of Segregated Facilities
52.222-26 Equal Opportunity
52.222-26 Alternate I
52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans
52.222-36 Affirmative Action for Workers with Disabilities
52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans
52.225-3 Buy American Act -- North American Free Trade Agreement
52.225-3 Alternate II
52.225-13 Restrictions on Certain Foreign Purchases
52.247-34 FOB Destination
252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items
252.225-7001 Buy American Act, Balance of Payment Program
252.225-7036, North American Free Trade Agreement Implement Act.
252.232-7003 Electronic Submission of Payment Requests
252.232-7010 Levies on Contract Payments
252.247-7023 Transportation of Supplies by Sea
252.247-7023 Alternate III (MAY 2002)
5352.201-9101 Omsbudsman
5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS)
Offers are due at the Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA, 93524, not later than Close of Business (COB) 13 June 2006 at 8am EST. Faxed transmissions of quotes are acceptable. Fax #: 661-275-7849 or e-mail address:
[email protected].
Bid Protests Not Available