Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2003 FBO #0630
SOLICITATION NOTICE

52 -- Tektronix Waveform Monitors

Notice Date
8/19/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Direct Reporting Units, 11th CONS, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20332-0305
 
ZIP Code
20332-0305
 
Solicitation Number
F4010131820200
 
Response Due
9/2/2003
 
Archive Date
10/30/2003
 
Point of Contact
Charles Britt, Contract Specialist, Phone 202-767-7935, Fax 202-767-7814, - Larry Kagler, Contract Specialist, Phone 202-404-7769, Fax 202-767-7817,
 
E-Mail Address
charles.britt@bolling.af.mil, larry.kagler@bolling.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13.106, 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. Solicitation number F4010131820200 is issued as a request for quotation (RFQ) and is 100% set aside for Small Business. However, if two (2) or more affordable/responsible offerors are not received, this acquisition will be considered open to full and open competition. The resulting contract will be Firmed Fixed Price. Delivery will be 30 days after receipt of the order. Award date is expected to be not later than 5 Sep 03. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC 01-15). The NAICS code assigned to this project is 334419 and the size standard is 500 employees. This requirement is for AFPCA/COMT, Washington, DC and the 11th Contracting Squadron intends to procure on a competitive basis, two (2) Tektronix Waveform Monitors. The contract line items are: 1 ea. CLIN 0200 Tektronix Waveform Monitor Model 1740A 1 ea. CLIN 0201 Tektronix Waveform Monitor Model 1750A 1 ea. CLIN 0202 Shipping Inspection and acceptance shall be made at destination – AFPCA/XRSW, (Warehouse) 1400 S. Eads Street, Arlington, VA. The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sale. Acceptance of the warranty does not waive the Government’s rights under the Inspection clause, nor does it limit the government rights with regard to the other terms and conditions under this contract. In the event of a conflict the terms and conditions of the contract shall take precedence over the warranty. The warranty period shall begin upon final acceptance of the applicable deliverables listed in the schedule. FAR 52.212-1, Instructions to Offerors - Commercial is incorporated be reference and applies to this acquisition. Offerors shall provide back-up information supporting the price offered. This could take the form of the most recent catalog price, invoices from previous sales of same items, etc. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications – Commercial Items, with this offer. The FAR Clause 52.212-4 Contract Termss and Conditions – Commercial Items applies to this acquisition and will be incorporated into any resulting contract. The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items apply to this acquisition, specially the following cited clauses and provisions are applicable: 52-222-21. Prohibition of Segregated Facilities; 52.222-22 Previous Contracts and Compliance Reports; 52:222-25 Affirmative Action Compliance; 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; 52.232-33, Payment by Electronic Funds Transfer-Central Contract Registration; and 52.223-11, Ozone Depleting Substances; 52.247-34, F.O.B. Destination NOV 1991; 52.252-6, Authorized Deviations In Clauses APR 1984. The following DFAR clauses and provisions apply to this solicitation and are incorporated by reference: 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items; 252.246-7000 Material Inspection And Receiving Report MAR 2003; 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7002, Qualifying Country Sources as Subcontractors; and 252.204-7004, Required Central Contractor Registration (CCR) database to be eligible for award. Contractors can register at www.ccr.gov or contract the CCR at 1-888-227-2423. Full text versions of clauses and provisions may be viewed at http://farsite.hill.af.mil. Solicitation closing date is September 2, 2003. All quotes must be received by 3:30 p.m. Eastern Standard Time. The Government reserves the right to award the contract without holding discussions. Offers shall submit two copies of their quote and the Representations and Certifications (FAR 52.212-3) to: 11 CONS/LGCN, 110 Luke Ave. Suite 200, Bolling AFB, DC 20032, Attn: Charles Britt. Fax responses are acceptable at (202) 767-7814, or email to charles.britt@bolling.af.mil. No telephone inquires will be accepted.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/DRU/11CONS/F4010131820200/listing.html)
 
Place of Performance
Address: AFPCA/COMT 1600 AF Pentagon Washington, DC 20330
Zip Code: 20330
Country: USA
 
Record
SN00406928-F 20030821/030819224652 (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.