Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2003 FBO #0629
SOLICITATION NOTICE

99 -- Rack Mount

Notice Date
8/18/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South Bldg 804, Maxwell AFB, AL, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
F13ACB32201600
 
Response Due
8/25/2003
 
Archive Date
9/9/2003
 
Point of Contact
Meljoelyn Gardner, Contract Specialist, Phone 334-953-5861, Fax 334-953-2198, - Meljoelyn Gardner, Contract Specialist, Phone 334-953-5861, Fax 334-953-2198,
 
E-Mail Address
meljoelyn.gardner@maxwell.af.mil, meljoelyn.gardner@maxwell.af.mil
 
Description
This is a combined synopsis/solicitation for 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; quotations are being requested and a written solicitation will not be issued. This is being issued as a Request for Quotes (RFQ). Reference Purchase Request (PR) Number F13ACB32201600 on RFQ. This requirement is issued as unrestricted. Both small businesses and large businesses can bid for this requirement. Description of requirement: CLIN 0001 PRM-500, Model 01-P35849M001, 50 Watt Rack Mount system including transceiver (URC-200), AC Power Supply (UAC-300) Interface Box (UIB-100), Rack Mount (URM-100) 50 Watt Power Amplifier (UPA-50), Base Station Antenna (UVU-200), and 50 ft Heliax Antenna Cable (URF-B61-050) Quantity: 1 each. Offerors may submit a proposal for CLIN 0001, place of delivery is 908 AW/FMA, 401 W. Maxwell Blvd Building 1056, Maxwell AFB AL 36112-6501.This solicitation document incorporates provision and clauses that are in effect in the Federal Acquisition Circular 2001-15 effective 24 July 2003 and Defense Acquisition Circular 20030722 effective 22 July 2003. North American Industrial Classification Standards 334310 applies to this procurement with a size standard of 750 employees. The provision at FAR 52.212-1, Instruction to Offerors--Commercial applies to this acquisition. Offers must include a completed copy of the provisions at FAR 52.212-3__ Offeror Representation and Certifications-- Commercial Items (July 2002), DFARS 252.212-7000-- Offeror Representation and Certifications--commercial Items (Nov 1995), and DFARS 252.225-7000-- Buy American Act--Balance Payments Program Certificates (Sep 1999) with the quotation. The government will award a contract resulting from this solicitation to the lowest priced and responsible offeror whose offer conforms to this solicitation. Award will be made to a single source. Clauses and provisions may be accessed via the Internet, http://farsite.hill.af.mil or www.arnet.far.gov. The clauses at FAR 52.212-4, Contract Terms and Conditions--Commercial Items (Feb 2002), applies to this acquisition, and addenda to add the following clauses: FAR 52.204-4, Printed on Copied Doubled-sided on recycled paper. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Order--Commercial (April 2003) is applicable. The following additional FAR clauses under paragraph (b) are applicable, FAR 52.203-6, Restrictions of Subcontractor Sales to the Government, with Alternate I, and FAR 52.219-8, Utilization of Small Business Concerns, 52.219-41 Notice of Price Evaluation Preference for Hub zone Small Business Concerns, 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity, 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-19, Child Labor Corporation with Authorities and Remedies; 52.222-13, Restriction on Certain Foreign Purchases, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-18 Availability of Funds, 52.232-22, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels. The following DFARS clauses under paragraph (a) and (b) are applicable; FAR 52.203-3 Gratuities, DFAR 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Request of Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea. DFAR clause 252.204-7004, Required Central Contractor Registration and 252.225-7002, Qualifying Country Sources, as Subcontractors are also applicable. The Defense Priorities Allocations Systems rating is DO. Offers may be mailed to 42nd Contracting Squadron, Acquisition Flight B, Building 804, Maxwell AFB AL 36112-6334, ATT: Amn Meljoelyn M. Gardner, faxed to 334-953-2198, or email to meljoelyn.gardner@Maxwell.af.mil. Quotations must meet all instructions put for this solicitation. (Date for receipt of quotes is 25 August 2003.)
 
Place of Performance
Address: 908AW/FMA, 401 W. Maxwell Blvd, Building 1056, Maxwell AFB AL,
Zip Code: 36112-6501
Country: USA
 
Record
SN00404829-W 20030820/030818213507 (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.