This is a combined synopsis/solicitation 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) 2005-59 and Defense Publication Notice (DPN) 20120552. NAICS is 334519 with a small business size standard of 500 employees. Solicitation is for commercial of
BRAND NAME OR EQUAL items.
This acquisition is a 100% small business set-aside.
The Air Force Flight Test Center (AFFTC), at Edwards AFB, CA is seeking potential sources capable of providing the following products:
1. NOUN: Digiquartz Intelligent Pressure Transmitter; Model 6000-15A
Qty: 5
2. NOUN: Digiquartz Intelligent Pressure Transmitter; Model 6000-45A
Qty: 5
ALL BRAND NAME OR EQUAL OFFERS MUST MEET THE FOLLOWING MINIMUM SALIENT CHARACTERISTICS /SPECIFICATIONS:
Digiquartz Intelligent Pressure Transmitter - Quantity: 5 Each
MFR: Paroscientific Model: 6000-15A
P/N 1601-001, SCD 7601-001, Rev G; SCD 7374-001, Rev B; Pressure Range: 0-15 PSIA, RS-232/RS-485 Bi-Directional Interface, Stainless Steel Buffer Tubing, Non-Oil Filled
• Stable, resonant, Quartz technology
• Resolution of one part per million in standard operating mode. Resolution of one part per billion in FIR and IIR operating modes
• Repeatability of +/- 0.005 percent of full scale over entire operating temperature range
• Hysteresis of +/- 0.005 percent of full scale over entire operating temperature range
• Operating temperature range of -54 degrees C to 70 degrees C
• RS-232 and RS-485 bi-directional communications
• NIST traceability included as standard
• 5-year extended limited warranty on the internal transducer
Digiquartz Intelligent Pressure Transmitter - Quantity: 5 Each
MFR: Paroscientific Model: 6000-45A
P/N 1604-001, SCD 7601-001, Rev G; SCD 7374-001, Rev B; Pressure Range: 0-14 PSIA, RS-232/RS-485 Bi-Directional Interface, Stainless Steel Buffer Tubing, Non-Oil Filled
• Stable, resonant, Quartz technology
• Resolution of one part per million in standard operating mode. Resolution of one part per billion in FIR and IIR operating modes
• Repeatability of +/- 0.005 percent of full scale over entire operating temperature range
• Hysteresis of +/- 0.005 percent of full scale over entire operating temperature range
• Operating temperature range of -54 degrees C to 70 degrees C
• RS-232 and RS-485 bi-directional communications
• NIST traceability included as standard
• 5-year extended limited warranty on the internal transducer
Items must be delivered to Edwards AFB, CA 93524. All delivery and pick-up charges must be included in the quote for FOB Destination. Delivery not to exceed 8 WARO.
Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit in writing a complete quote including delivery FOB Destination Edwards AFB CA 93524. Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis.
The following provision and clauses apply:
CONTRACTORS MUST COMPLY WITH FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION AND DFARS 252.204-7004, ALTERNATE A. INTERESTED CONTRACTORS CAN ACCESS THE CLAUSES BY INTERNET URL: http://farsite.hill.af.mil. TO REGISTER WITH THE CCR, GO TO URL: http://www.ccr.gov/ . ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) BECAME MANDATORY 1 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH CCR BY INTERNET URL: http://www.ccr.gov/ .
The following FAR provisions and clauses apply:
Clause 52.211-6, Brand Name or Equal;
Clause 52.212-2, Evaluation-Commercial Items; the following factor shall be used to evaluate offers: Lowest price technically acceptable offer; technically acceptable is meeting all minimum salient characteristics and delivery schedule;
Clause 52.212-3, (w/Alternate I), Offeror Representations and Certifications-Commercial Items;
Clause 52.212-4, Contract Terms and Conditions--Commercial Items;
Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era);
Clause 52.219-06, Notice of Total Small Business Set-Aside;
Clause 52.219-28, Post Award Small Business Program Rerepresentation;
Clause 52.222-3, Convict Labor;
Clause 52.222-19, Child Labor;
Clause 52.222-21, Prohibition of Segregated Facilities;
Clause 52.222-22, Previous Contracts and Compliance Reports;
Clause 52.222-35, Equal Opportunity for Veterans;
Clause 52.222-40, Notification of Employee Rights under the Nation Labor Relations Act;
Clause 52.222-50, Combating Trafficking in Persons;
Clause 52.223-18, Contractor policy to ban text messaging while driving;
Clause 52.225-3, (w/Alternate I), Buy American-Free Trade Agreements-Israeli Trade Act;
Clause 52.225-4, Buy American-Free Trade Agreements-Israeli Trade Act Certificate;
Clause 52.225-13, Restrictions on Certain Foreign Purchases;
Clause 52.232-33, Mandatory Information for Electronic Funds Transfer Payment;
Clause 52.252-2, Clauses Incorporated by Reference.
The following DFAR clauses and provision apply to this acquisition:
Clause 252.204-7008, Export-Controlled Items;
Provision 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law;
Clause 252.211-7003, Item Identification and Valuation;
Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items;
Clause 252.225-7001, Buy American Act and Balance of Payment Program;
Clause 252.232-7003, Electronic Submission of Payment Requests;
Clause 252.232-7010, Levies on Contract Payments;
Clause 252.247-7023, Transportation of Supplies by Sea Alternate III.
The following AFFAR clauses apply to this acquisition:
Clause 5352.201-9101, Ombudsman;
Clause 5352.223-9000, Elimination of Use of Class I Ozone Depleting Materials.
Offers are due at the Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA, 93524 (Attn: Chuck McKinley @ 661-277-7583), no later than Jun 20, 2012 at 4 PM PST. Faxed transmissions of quotes are acceptable. Fax #: 661-277-0470 (please call and verify that I have received the fax) or e-mail [email protected].