Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2002 FBO #0288
MODIFICATION

59 -- Thumper, Cable Fault Locator

Notice Date
9/13/2002
 
Notice Type
Modification
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, NV, 89191-7063
 
ZIP Code
89191-7063
 
Solicitation Number
F26600-02-Q-A089
 
Response Due
9/19/2002
 
Point of Contact
Idella Mullins, Contract Specialist, Phone 702-652-2098, Fax 702-652-9570,
 
E-Mail Address
idella.mullins@nellis.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combine 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; price quotes are being requested and a written solicitation will not be issued. This solicitation (F26600-02-QA089) is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation FAR 12 and 13 and Federal Acquisition Circular (FAC) 2001-04. This is 100% reserved for small business. The Standard Industry Classification (SIC) for this solicitation is 5065 and North American Industry Classification System (NAICS) is 421690 with a small business size of 100 employees. There is one ITEM included in this solicitation. This item is for purchase and delivery of (3) each Thumper, Cable Fault Locator, Hipotronics CF70-12 (or equal). Salient characteristics: Input Voltage: 120V/60Hz; 70 kV dc ? 0 to 60 kV above 5000 ft altitude, Burner: 100mA; Capacity Discharge (Optimum): 0-25 kV at 12uF; Joules 3750 (Minimum), Duty Cycle: Continuous; Terminations: Input Line: 50 ft (Optimum), Return High Voltage: 100 ft (Optimum), Ground: 25ft (Optimum); Maximum Dimensions: 36 feet X 36 feet X 36 feet. Delivery is FOB DESTINATION to Nellis AFB NV 89191. If quoting on an or equal, please provide brochure/description on items you are quoting. The provision at FAR 52.212-1, Instruction to Offerors?Commercial; OFFERORS SHALL BE SUBMITTED BY LETTERHEAD WITH ALL INFORMATION REQUIRED BY 52.212-1 (b) applies to this solicitation. Award will be made to the responsible, responsive offeror whose offer will result in the best value to the government, price, technical and past performance considered. Offerors must include with their quote a completed copy of the provisions at 52.212-3, Offeror Representation and Certifications--Commercial Items. Contractors must provide a listing of previous, similar work accomplished within the past year. The listing shall identify the purchase order/order number, cost, point of contact with telephone number, date completed, and whether the product was provided on time. Offerors who fail to complete and submit Representations and Certifications, product literature and a past performance reference list may be considered non-responsive. The anticipated award date of a purchase order will be on or about 10 Sep 02. Delivery will be made within 8 weeks after award of purchase order. The following clauses and/or provisions apply to this solicitation. FAR 52.212-2, Evaluation?Commercial Items; FAR 52.212-4 Contract Terms and Conditions-commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items; FAR 52.202-1 Definitions; FAR 52.203-5 Covenant Against Contingent Fees; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government; FAR 52.203-7 Anti-Kickback Procedures; FAR 52.211-5 Material Requirements; FAR 52.222-26 Equal Opportunity; FAR 52.232-1 Payments; FAR 52.233-3 Protest after Award; FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contract Registration; FAR 52.243-1 Changes-Fixed Price; DFARS 252.204-7004 Required Central Contract Registration; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisition of Commercial Items; DFARS 252.225-7001 Buy American Act and Balance of Payment Program. Clauses and Provisions incorporated by reference have the same force and effect as if they were given in full text. The full text of a clause or provision may be accessed electronically at http://www.farsite.af.mil. Contractors are required to have a Dun & Bradstreet number (DUNS) and be registered in the Central Contractor Registration (CCR) database to receive a DOD award payment. Lack of registration in CCR will make an offeror ineligible for award. A contractor can receive a DUNS number by calling Dun & Bradstreet at (800) 333-0505 and may register in the CCR over the Internet at www.ccr2000.com. Internet registration takes approximately 72 hours; mail-in registration takes approximately 30 days. The attachments including, the bid schedule and Representations and Certifications of Offerors are posted at the Federal Government Electronic Posting Systems (EPS) site, http://www.eps.gov. Contact Contracting Specialist Idella Mullins at (702) 652-2098 if you have questions. Amendments if any will be posted on the affected solicitation page EPS site. Quotes must be signed, dated and submitted in writing by close of business pacific standard time 03 Sep 02 to 99th Contracting Squadron, 5865 Swaab Blvd. Nellis AFB, NV 89191, attention Idella Mullins. Quotes must also include completed Representation and Certification and signed amendments, if any, failure to do so my make a quote non-responsive. Price quotes may be sent by facsimile at (702) 652-9570. Item shall be in acceptable condition (as determined by the Government) and meet all applicable construction and safety codes. Contact Contracting Specialist, Idella Mullins at (702) 652-2098 (idella.mullins@nellis.af.mil) or Contracting Officer, Mr. George D. Dowdey (george.dowdey@nellis.af.mil) at (702) 652-2099, for information regarding this combined synopsis/solicitation. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (13-SEP-2002). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 14-SEP-2002. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Place of Performance
Address: NELLIS AFB LAS VEGAS NV
Zip Code: 89191
Country: USA
 
Record
SN00166961-W 20020916/020914214135 (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.