Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2004 FBO #0900
SOLICITATION NOTICE

58 -- Flightcell Headset Interfaces

Notice Date
5/12/2004
 
Notice Type
Solicitation Notice
 
NAICS
423690 — Other Electronic Parts and Equipment Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Mobility Command, AMC Contracting Flight (AMC/LGCF), 507 Symington Drive Room W202, Scott AFB, IL, 62265-5015
 
ZIP Code
62265-5015
 
Solicitation Number
FA4452-04-Q-A117
 
Response Due
5/18/2004
 
Archive Date
6/2/2004
 
Point of Contact
David Limbrick, Contract Specialist, Phone 618-256-9984, Fax 618-256-5724,
 
E-Mail Address
david.limbrick@scott.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; proposals are being requested and a written solicitation will not be issued. The solicitation is issued as a Request for Quote (RFQ) under the number FA4452-04-Q-A117. This document and incorporated provisions and clauses are those in affect through Federal Acquisition Circular 2001-22. The North American Industry Classification System (NAICS) code for this acquisition is 423690 with 100 employee size standard. The contractor shall provide 236 each Flightcell Headset Interfaces ? Flightcell, low impedance military version, Part # Flight Cell NATO L1 (shall include Universal Power Supply for U.S. and European power sources, 110/240VAC 50/60Hz) This headset interface shall be a single jack system that plugs into the intercom system and iridium phone. Each unit shall contain a kit with the Flightcell headset interface, a patch cable for the satellite phone, two chargers, and an auxiliary patch cord. In accordance with 10 USC 2304(c)(1) and FAR 6.302-1(c) this is a Brand Name acquisition. This requirement is for new equipment only. Total cost includes shipping and handling. Inspection and Acceptance is FOB Destination. Equipment to be drop shipped to the following stateside locations in the stated quantities. Delivery to be made 60 days after receipt of order. 12 each, 105 CS One Militia Way Newburg, NY 12550-5042; 8 each, 164 CS 2815 Democrat Road Memphis, TN 38118-1510; 8 each, 172 OSF 141 Military Drive, Bldg 129, Box 3 Jackson, MS 29232-8873; 12 each, 305 OSS/OSAC 1730 Vandenberg Avenue McGuire, AFB NJ 08641; 32 each, 436 CS/SCXP 124 26th Street Dover AFB, DE 19902; 48 each, 437 OSS 102 E. Hill Blvd Charleston AFB, SC 29404; 14 each, 439 OSS/XT 650 Hangar Road Westover ARB, MA 01020; 8 each, 458 AS/DOIA 433 Hangar Road, Suite 200 Scott AFB, IL 62225-5223; 32 each, 60 OG/MR 401 Burgan Blvd, Bldg P-4 Travis AFB, CA 94538; 48 each, 62 OSS/OSO Hangar 4, 1st Street, Room 4-112 McChord AFB, WA 98438; 14 each, 68 AS/DOP 215 Galaxy Road, Suite 2 Lackland AFB, TX 78236-0107; Offerors shall provide as a response to this solicitation: (1) Price Schedule; (2) Cage Code; (3) Completed FAR Clause 52.212-3, Offeror Representations and Certifications ? Commercial Items. Award will be made by Purchase Order and payment will be made via Electronic Funds Transfer (EFT) so all offerors mist be registered with the Central Contractor Registration (CCR) at www.ccr.gov to be eligible for award. The full text of a clause may be accessed electronically at http://farsite.hill.af.mil. The following clauses and provisions are incorporated and will remain in full force in any resultant award: FAR 52.212-1, Instructions to Offerors-Commercial; FAR 52-212-2 Evaluation of Commercial Items Evaluation; The following factors shall be used to evaluate the offers: (1) price and (2) delivery within 45 days ARO. FAR 52.212-4, Contract Terms and Conditions ? Commercial Items; FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders ? Commercial Items, applies to this acquisition, with the following clauses: FAR 52.219-8 Utilization of Small Business Concerns, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity (E.O. 11246); FAR 52.222-35, Affirmative Action for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212); FAR 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212); 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C.3332); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2003) applies to this acquisition with the following clauses: DFARS 252.225-7001 Buy American Act and Balance of Program and DFARS 52.225-7014 Preference for Domestic Specialty Metals. The following additional clause is applicable to this acquisition; DFARS 242.202-7004, Required Central Contractor Registration (CCR); Contractors not registered in the CCR will not be eligible for award. You can register or obtain additional information via their web site at http://www.ccr.gov or call 1-800-334-3414; Use of electronic payment requests is mandatory and the clause at 52.232-7003, Electronic Submission of Payment Requests, applies to this acquisition. Wide Area Work Flow procedures will be used for invoicing and acceptance. This is a DO rated order under the Defense Priorities and Allocations System (DPAS). Offers are due to the following email address no later than 18 May 2004, 3:00 p.m. CDT: David.Limbrick@scott.af.mil, David Limbrick, (618) 256-9984, AMC CONF/A48FC, 507 Symington Drive, Room W202, Scott AFB, 62225-5015.
 
Record
SN00584665-W 20040514/040512212143 (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.