Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2002 FBO #0223
SOLICITATION NOTICE

49 -- Multi Instrument Test Set

Notice Date
7/11/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities 44 Green St, Suite 200, Warner Robins, GA, 31093
 
ZIP Code
31093
 
Solicitation Number
Reference-Number-FB206421500049
 
Response Due
7/15/2002
 
Archive Date
7/30/2002
 
Point of Contact
Kenya Hall, Contract Specialist, Phone (478) 926-9510, Fax (478) 926-3569, - Angela (Angie) Whitley, Contract Specialist, Phone (478)926-5107, Fax (478)926-3569,
 
E-Mail Address
Kenya.Hall@robins.af.mil, Angie.Whitley@robins.af.mil
 
Description
DESC: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) sub part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a proposal is requested and a written solicitation will not be issued. Warner Robins Air Logistics Center, Robins AFB, GA contemplates award on a sole source basis with Aeronautical Instrument and Radio Company, 234 Garibaldi Ave., Lodi, New Jersey 07644 to procure for purchase the following item: Multi Instrument Test Set, P/N MIT-234C with digital multimeter for resistance, voltage and current testing. Front panel switching permits the measurement of power consumed by the indicator under test. Meter movement testing. API permits testing of synchro/resolver signals internally generated. Under the authority of FAR 6.302-1, Only One Responsible Source and No Other supplies or Services Will Satisfy Agency Requirements, the Government intends to solicit and negotiate with only this source. The Government will consider all quotes that meet the above criteria. The resulting contract will be Firm Fixed Price. NAICS is 334515 and small business size is 500. The following incorporated provisions and clauses are those in effect through FAC 2001-01 and are applicable to this solicitation: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-4, Contract Terms and Conditions--Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items; Offerors must include (1) a completed copy of the provision at FAR 52.212-3, Offerors Representations and Certifications--Commercial Items, (2) Commercial and Government Entity (CAGE) code, Contractor Establishment Code (DUNS number), and Tax Identification number; 52.211-15 Defense Priority and Allocation Requirements; 52.232-33 Payment by Electronic Funds Transfer -- Central Contractor Registration; 252.204-7004, Required Central Contractor Registration. In accordance with clause 52.212-2, 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 in descending order: technical characteristics of the item, price, and price related factors. All FAR provisions and clauses may be reviewed and/or obtained from the General Service Internet address online. http://www.arnet.gov/far
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFMC/WRALC/Reference-Number-FB206421500049/listing.html)
 
Record
SN00114912-F 20020713/020711215824 (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  © 1994-2020, Loren Data Corp.