Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2003 FBO #0663
SOLICITATION NOTICE

70 -- TRAK I ; Asset Tracking

Notice Date
9/19/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Mobility Command, 89th CONS, 1419 Menoher Drive, Andrews AFB, MD, 20762-6500
 
ZIP Code
20762-6500
 
Solicitation Number
FA4416-03-T0089
 
Response Due
9/24/2003
 
Archive Date
10/9/2003
 
Point of Contact
Nicole Taylor, Contract Specialist, Phone (301)981-2312, Fax (301)981-1910, - Gerome Jordan, Contract Officer, Phone 3019812304, Fax 3019811911,
 
E-Mail Address
Nicole.Taylor@andrews.af.mil, Gerome.Jordan@Andrews.af.mil
 
Small Business Set-Aside
8a Competitive
 
Description
1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. 2. Solicitation number FA4416-03-T-0089 is issued as a request for quotation (RFQ). 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-12 and DFC 20030214. 4. This is a 100% 8(a) Set-Aside. If there is no offers received from a small business concern, this acquisition for small business set-aside may be dissolved and the acquisition open to all responsive bidders. NOTE: This acquisition will not be reposted to the Electronic Posting System if the acquisition is dissolved for 100% small business consideration. Number note 1 is applicable The NAIC code is 334119 and the size standard is 1000 5. This solicitation contains one line item as follows: CLIN 0001: CLIN 001: MFG: New Year Technology, Model Number: TRAK I ? Asset Tracking and Maintenance OR EQUAL. 6. Period of Performance: 1 Oct 03 through 30 Sep 03. Place of Performance: Andrews AFB MD 20762. FOB Destination. 7. The provision at FAR 52.212.1, Instructions to Offerors, applies to this acquisition. Multiple offerors and awards are hereby deleted from this solicitation. All quotes must be for all items, as stated, partial quotes will not be considered. Award will be made to a single vendor. All inquiries or questions pertaining to this solicitation must be submitted in writing by the concern party at least 2 business days prior to closing date. The offeror agrees to hold the prices in its offer firm until 31 Oct 03 8. The provision at FAR 52.212-2, Evaluation of Commercial Items applies. The Government will review all offers for completeness. The Government will award a purchase order resulting from this RFQ to the most responsive, responsible offer whose offer is the most economical. 9. Offerors must submit a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certifications Commercial, and DFARS 252.225-7000, Buy American Act-Balance Payment Program Certificate (Apr 2003) with its offer. FAR 52.212-3 can be downloaded from the internet: http://farsite.hill.af.mil/. Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. 10. All FAR Clauses and provisions incorporated by reference may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/ . The following FAR clauses are applicable: FAR 52.212.4, Contract Terms and Conditions Commercial Items, with addendum; 52.232-18 Availability of Funds, 52.212-3, Government Furnished Property, FAR 52.212-5, and Notice to Supplier, 52.245-4. FAR 52.211-6 Brand Names or Equal; 11. The provision at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (Jun 2003), applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable: 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Sept 2002); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 - Equal Opportunity (Apr 2002); 52.222-35 - Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36 - Affirmative Action for Workers With Disabilities (Jun 1998); 52.222-37 - Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.225-13 -Restrictions on Certain Foreign Purchases (Jun 2003); and 52.232-33 - Payment by Electronic Funds Transfer--Central Contractor (May 1999). The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (June 2003), applies to this acquisition, and specifically the following clauses under paragraph (b) are applicable: 252.225-7001 - Buy American Act and Balance of Payments Program (Apr 2003); 252.232-7003 - Electronic Submission of Payment Requests (Mar 2003); and 252.247-7023 - Transportation of Supplies by Sea, Alternate III (May 2002). The following DFARS clauses are hereby incorporated into this solicitation: 252.225-7002, Qualifying Country Sources and Subcontractors (Apr 2003); and 252.204-7004, Required Central Contractor Registration (CCR) (Nov 2001). NOTE: CCR can be obtained by accessing the Internet, http://www.ccr.gov or by calling 1-888-227-2423. The CCR number must be obtained before award can be made. 12. The following DFARS clauses are applicable. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items and DFAR 252.204-7004, Required Central Contractor Registration. DFAR 525.232-7009 13. Offerors are required to complete and include a copy of the following provisions with their proposals. FAR 52.212-3, Offeror Representation and Certifications-Commercial Items; and DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate 14. Quotations must be received no later than 2:00 pm EST, 25 Sept 2003. The Government prefers that all offers are e-mailed to the point-of-contact below with solicitation number (FA4416-03-T-0089) and contractors name listed in the subject block. Facsimile proposals will be accepted at 301-981-1911 or 1910. Mail offers/proposals should be mailed to: 89 CONS/LGCBC, 1419 Menoher Drive, Andrews AFB MD 20762 (Attn: Tenant Team/SSgt Taylor - FA4416-03-T-0089). 15. The Government Primary point-of-contact is SSgt Taylor (301-981-7347 (nicole.taylor@andrews.af.mil). The secondary point-of-contact is SSgt Gale (301-981-1246, (myla.gale@andrews.af.mil
 
Place of Performance
Address: Andrews AFB, MD,
Zip Code: 20601
 
Record
SN00438197-W 20030921/030919213217 (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.