This is a combined synopsis/solicitation for commercial items 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 F1ATPB9188A007 and is hereby issued as a Request for Quote (RFQ) using FAR Subpart 13.1 Simplified Acquisition Procedures.
The 88th Contracting Squadron, Wright-Patterson Air Force Base, Ohio intends to award a firm-fixed-price contract for the following requirement:
CLIN 0001: Density Meter (qty 2)
GENERAL:
The Government intends to purchase two (2) density meters that meet the following specifications.
MINIMUM SPECIFICATIONS:
⢠Density Range = 0 to 3 g/cm3
⢠Temperature Range = 0 to 90 degrees Celsius (32 to 194 degrees Fahrenheit)
⢠Pressure Range = 0 to 10 bar (0 to 145 psi)
⢠Density Accuracy = 0.00005 g/cm3
⢠Temperature Accuracy = 0.03 degrees Celsius
⢠Density Repeatability = 0.00001 g/cm3
⢠Temperature Repeatability = 0.01 degrees Celsius
⢠Minimum Sample Size = 1 ml
⢠Measuring time per sample after temp equilibration = 30 seconds
⢠Integrated tables and functions include; Alcohol Tables, API Functions, Acid/Base Tables
⢠Automatic Error detection for gas bubbles
This acquisition is under North American Industry Classification System code 334516 with a small business size standard of 500 employees. Please identify your business size in your response based upon this standard. It is the offerorâs responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions may be accessed via the Internet at website http://farsite.hill.af.mil.
The following provisions and clauses are incorporated by reference:
52.204-6, Data Universal Numbering System (DUNS) Number
52.204-7, Central Contractor Registration
52.204-9, Personal Identity Verification of Contractor Personnel
52.212-4, Contract Terms and Conditions-Commercial Items
52.219-6, Notice of Total Small Business Set-Aside
52.222-3, Convict Labor
52.222-21, Prohibition of Segregated Facilities
52.222-26, Equal Opportunity
52.228-5, Insurance, Work on a Government Installation
52.232-33, Payment by Electronic Funds Transfer-CCR
52.232-36, Affirmative Action for Workers with Disabilities
52.237-1, Site Visit
52.237-2, Protection of Government Buildings, Equipment, and Vegetation
252.204-7003, Control of Government Personnel Work Product
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances
5352.223-9001, Health and Safety on Government Installations
The following provisions and clauses are incorporated in full text:
52.212-1, Instructions to Offerors
52.212-2, Evaluation, Commercial Items - The evaluation factors for the fill-in portion of this provision will be handled in accordance with FAR 13.106-1 and 13.106-2. Evaluation criteria will be technical and price. Technical criteria will be pass or fail. Quote must clearly show that item offered meets all requirements included in the Minimum Requirements in this Request for Quotation. Technical capability is approximately equal to price in the evaluation of the quotation. Award will be based on the best value to the Government.
52.212-3, Offeror Representations and Certifications- (Offeror must complete the representation and certifications and submit with offer. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov
52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items
52.219-28, Post Award Small Business Program Representation
52.233-3, Protest After Award
52.252-1, Solicitation Provisions Incorporated by Reference-(Fill In)
252.212-7000, Offeror Representations and CertificationsâCommercial Items
252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items
5352.242-9000, Contractor Access to Air Force Installations
5352.201-9101, Ombudsman-(Fill In)
H-002 Contractor Notice Regarding Base Access
STMNT NBR 12 Antiterrorism (AT) Awareness Training
G-001 Wide Area Workflow
In Accordance with DFARS 252.232-7003, Invoicing and payments must be made utilizing the Wide Area Work Flow (WAWF) - To register and submit invoice go to https://wawf.eb.mil. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment.
To view the provisions and clauses in full text, visit the web site: http://farsite.hill.af.mil. A Firm-Fixed Price purchase order will be issued in writing to the successful offeror. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the Central Contractor Registration. To register you may call 1-888-227-2423 or apply via the Internet at http://www.ccr.gov. The quote format is at the discretion of the offeror. Include FAR 52.212-3, Offer Representation and Certification with Offer or indicate it is available at the ORCA website. All responses must be received no later than 8:30 P.M., Eastern Standard Time on 30 September 2009.
Please send any questions and quotes to TSgt Jennifer LaShawn Nalls at
[email protected]. You may also call POC at (937) 522-4566. The Contracting Officer on this requirement is Ms. Sandra Dugan and she can be contacted at (937) 522-4568.
Bid Protests Not Available