This posting is to inform about the Sole Source procurement to purchase 2 FARO ScanArm standard arm warranties. 1 year warranty, including annual arm certification, parts, labor and return shipping charges.
Please see the attached Sole Source Justification.
This is a combined synopsis/solicitation commercial items prepared in accordance with the format in 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.
This is a sole source requirement is in accordance with FAR 13.501(a). Sheppard Air Force Base intends to award to FARO Technologies, Inc.
This solicitation is issued as a Request For Quote (RFQ). Submit written offers (oral offers will not be accepted), on RFQ # F3V5L12199A001_WarrantyFAROScanArms_Lopez. This procurement is being issued as A SOLE SOURCE to FARO TECHNOLOGIES, INC under the North American Industrial Classification Standard code # 334513 and Small Business Size Standard 500, applies to this procurement. IAW FAR 252.204-7004, all firms or individuals responding must be registered with the Central Contractor Registration (CCR). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60 and DPN 20120724.
Description of requirements: See Attached Request for Quote
FOB: Destination for delivery is to: 620 J AVE BLDG 1360
SHEPPARD AFB TX 76311-2550
The following provisions and clauses apply to this acquisition, all listed by reference in accordance with FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.252-1 Solicitation Provisions Included by Reference (http://farsite.hill.af.mil/vffara.htm):
The clause at FAR 12.302, Tailoring of Provisions and Clauses for the Acquisition of Commercial Items
The clause at FAR 52.204-7, Central Contractor Registration.
The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items
The provision at FAR 52.212-2, Evaluation - Commerical Items. Evaulation factors are based on price and past performance.
The provision at FAR 52.212-3 Alt. 1, Offeror Representations and Certifications -- Commercial Items. Complete your Reps/Certs and Orca information electronically at http://orca.bpn.gov.
The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items
The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. Specifically, the following clauses cited are applicable to this solicitation:
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
FAR 52.222-21, Prohibition of Segregated Facilities
FAR 52.222-26, Equal Opportunity
FAR 52.222-35, Equal Opportunity for Special Disabled Veterans
FAR 52.225-13, Restrictions on Certain Foreign Purchases
FAR 52.232-29, Terms for Financing of Purchases of Commercial Items
FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration
FAR 52.222-41, Service Contract Act of 1965
FAR 52.222-42, Statement of Equivalent Rates for Federal Hires
FAR 42.222-43, Fair Labor Standards Act and Service Contract Act - Price Adjustment
The clause at FAR 52.232-18, Availability of Funds
The clause at FAR 52.232-19, Availability of Funds for the Next Fiscal Year
The clause at FAR 52.247-34, FOB Destination
The clause at DFARS 252.204-7004 Alt A, Required Central Contractor Registration
The clause at DFARS 252.232-7003, Electronic Submission of Payment Requests
The clause at DFARS 252.232-7010, Levies on Contract Payment
The clause at AFFARS 5352.201-9101, Ombudsman
The clause at AFFARS 5352.223-9001, Health and Safety on Government Installations
The Government reserves the right to award on a multiple award or an all or none basis. Submission of a quote does not obligate the government to make an award. All quotes must be e-mailed to A1C FRANCISCO R. LOPEZ, [email protected] 940-676-7366. Quotes are required to be received no later than 1:00 p.m. CST, Monday 20 AUG 2012.