Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 22, 2002 FBO #0202
SOLICITATION NOTICE

58 -- Tri-Band Satellite Simulator

Notice Date
6/20/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 16th Contracting Squadron, 350 Tully Street P.O. Box 9190, Hurlburt Field, FL, 32544-9190
 
ZIP Code
32544-9190
 
Solicitation Number
Reference-Number-F1A52221570200
 
Response Due
7/8/2002
 
Archive Date
7/23/2002
 
Point of Contact
Angie Covington, Contract Specialist, Phone (850) 884-6196, Fax (850) 884-5372, - Benjamin Stoeser, Contracting Officer, Phone (850) 884-3262, Fax (850) 884-5372,
 
E-Mail Address
angie.covington@hurlburt.af.mil, Benjamin.Stoeser@hurlburt.af.mil
 
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 reference number is F1A52221570200 and is issued as a request for proposal (RFP) under the simplified acquisition procedures test program. The SIC code is 3663. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-04. This notice is unrestricted. The associated NAICS code is 334220 and the small business size standard is 750. Request proposal on the following Line Item (0001) Tri-Band Satellite Simulator, Weather Resistant Version or equal. Must be capable of simulating satellite operation over a 300 foot range satellite operation over DSCS (X-Band) or commercial (C-Band and Ku-Band) satellites. Qty: 4 each. Line Item (0002) Express Transportation Fee. Qty. 4 each. Item is manufactured by L-3 Communications. Warranty shall be consistent with customary commercial practices. Equal products proposed must be accompanied by product literature for evaluation by the requesting activity. Items are to be delivered to four different locations. Location 1 - FOB destination to 16 CS/SCTT, 221 Lukasik Ave., Bldg. 90220, Hurlburt Field, FL 32544 for acceptance by Kathleen Hayes. Location 2 ? FOB destination to 280 CBCS, 579 Westgate Parkway, Dothan AL 36303 for acceptance by Ronald Smith. Location 3 ? FOB other to 352 OSS/SCM, Bldg. 518, Texas St., Gate 2, RAF Mildenhall, Bury St Edmonds, Suffolk, UK IP28 8NG for acceptance by Jeffrey Johnson. Location 4 ? FOB other to 353 OSS/SC USAF Bldg. 3586, Kadena AB Okinawa, Japan, Japan Postal Code 904, for acceptance by SMSgt Gentry. Requested delivery is not later than 4 Aug 2002. Federal Acquisition Regulation (FAR) provision 52.212-1 Instructions to Offerors - Commercial Items applies to this acquisition and includes the following addenda: (1) Add to paragraph (b)(10), "The offeror shall provide current and relevant information regarding an offerors actions under previously awarded contracts. Offerors shall identify past or current contracts (including Federal, State, and local government and commercial) for efforts similar to the requirement as stated in this RFP. Provide references from work performed in the last three (3) years not to exceed 3 projects. Of the three projects listed, offeror should present the most recent work and work back. If the number of similar Federal contracts exceeds 3 projects then the offeror will be providing past performance on its most recent government projects. Otherwise, the similar past performance on the 3 projects provided could be a combination of government and commercial or solely commercial. The offeror shall provide the following information: Contract Number; Description of Services provided; Performance dates; Overall Contract Cost including modifications; plus current names, addresses, and telephone numbers of contracting officers, administrators, quality assurance evaluators, or similar customers for each reference. YOU MUST INCLUDE VALID PHONE NUMBERS FOR REFERENCES. If the offeror does not include the required past performance information with their proposal, they may be removed from further consideration. (2) Add the following paragraphs: (b)(12), "Each offeror shall submit their signed and dated offer (signed by an official authorized to bind your organization in a contract) in one original and one copy to 16th Contracting Squadron, Attn: Angie Covington, P.O. Box 9190, 350 Tully Street, Hurlburt Field, Florida, 32544. Proposals are due on 8 Jul 2002; 2:00 p.m. (CST) and must reference the proposal number on the outside of your package for identification purposes. Faxed or e-mailed proposals will not be accepted. The provision at 52.212-2, Evaluation--Commercial Items, applies to this acquisition. The significant evaluation factors will be based on (1) Technical. Product literature provided will be evaluated for ability in meeting the requirement; (2) Past performance. References provided will be contacted to validate the offeror's ability to provide service which meets the requirements of customers and the adherence to the delivery schedule; and (3) Price. Proposals received without product literature shall be considered technically unacceptable. Offerors proposing more than one product in response to this solicitation shall have each product evaluated separately as a separate offer. Proposals shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, with its offer. Failure to do so may result in your proposal to be considered non-responsive. The clause at 52.212-4, Contract Terms and Conditions--Commercial Items, 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-- Commercial Items, 52.211-6, Brand name or equal applies to this acquisition. Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: (1) DFARS 252.212-7001, Contract Terms and conditions required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items. The following clauses under paragraph (b) of 252.212-7001 are amended to read: 252.225-7001, Buy American Act and Balance of Payment Program, 252.225-7007, Buy American Act-Trade Agreements-Balance of Payment Program, 252.225-7036, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payment Program, 252.225-7008 Supplies To Be Accorded Duty-Free Entry. All far clauses and provisions may be reviewed and/or obtained from The Air Force FAR web site at Internet address http://farsite.hill.af.mil/. Registration with the Central Contractor Registry (CCR) is mandatory in accordance with DFARS 252.204-7004. The website for CCR is http://www.ccr.gov/ Information regarding this combined synopsis/solicitation may be obtained by contacting Angie Covington at (850) 884-6196 between the hours of 8:00 AM and 4:00 PM central time or e-mail angie.covington@hurlburt.af.mil.
 
Place of Performance
Address: SEE INFORMATION CONTAINED IN SYNOPSIS.
 
Record
SN00096914-W 20020622/020620213842 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.