Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2004 FBO #0991
SOLICITATION NOTICE

58 -- Associated Parts for Harris Corporation 117-F Manpack Rad

Notice Date
8/11/2004
 
Notice Type
Solicitation Notice
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Lackland AFB - 37th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, TX, 78236-5253
 
ZIP Code
78236-5253
 
Solicitation Number
Reference-Number-HQAFSF
 
Response Due
8/17/2004
 
Point of Contact
Shirley Jones, Contract Specialist, Phone (210)671-1754, Fax (210)671-5064, - Steve Cardenas, Contract Specialist, Phone (210)671-1724, Fax (210)671-3179,
 
E-Mail Address
shirley.jones@lackland.af.mil, steve.cardenas@lackland.af.mil
 
Description
Description The 37th Contracting Squadron Lackland AFB, TX. This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in Subpart 12.6. This combined synopsis/solicitation is for the procurement of equipment compatible with Harris Corporation AN/PRC-117F Manpack/Portable Radios for HQ Security Forces, Lackland AFB, TX. The Government is anticipating awarding a Firm Fixed Price Requirement. The Bid/Ordering Schedule for the contract will be as follows: CLIN 0001; 0564-2420-01 Diplexer Assembly; (91 each), CLIN 0002; RF-390-AT005 Antenna, (91 each) CLIN 0003; Vehicle, Green, Bnc; (89 each), CLIN 0004; 12006-1010-01 Tripod w/ground plane; (89 each), CLIN; 0005 10369-7212-50 Coaxial Cable Assembly (89 each). The part numbers in the Bid Schedule are Harris Corporation. The Government will accept a Harris Corporation or equal, provided they are compatible with AN/RPC-117F. The solicitation number is F1AFSF41811600 and is being issued as a Request for Quote. The solicitation document and its incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-24. The North American Industry Classification System (NAICS) Code is 334290, and the business size standard is 750 employees and the SIC Code is 3669. The provisions at FAR 52.212-1, Instructions to Offerors?Commercial, applies to this acquisition. Offer will be evaluated based in accordance with the provisions at FAR 52.212-2, Evaluation?Commercial Items. The specific evaluation criteria to be included in paragraph (a) Price only. Offerors are required to include a complete copy of the provisions at FAR 52.212-3, Offer Representation and Certifications?Commercial Items, with their offer. The clause at FAR 52.212-4, Contract Terms and Conditions?Commercial Items, applies to this acquisition. The clause at FAR 52.212-4 paragraph (c) is tailored as follows: ((c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties, with the exception of; Administrative changes such as paying office, appropriation data, etc. The clause 52.212-5, Contract Terms and Conditions Required To Implement Statues Or Executive Orders?Commercial Items, applies to this acquisition. The additional FAR clauses cited in the clause are applicable to the acquisition. Commercial Items with these additional FAR clauses marked: 52.204-7, Central Contractor Registration; 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity (E.O. 11246), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C.4212); 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332, Required Central Contractor Registration); 52.252-2, Clauses Incorporated by Reference. DFARS 252.204-7004, Required Central Contractor Registration. DFARS 252.212-7000 Offeror Representations and Certifications? Commercial Items (requires certification) and DFARS 252.212-7001, Contract Terms and Conditions required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items with these additional FAR clauses marked: 52.203-3, Gratuities, 252.225-7001, Buy American Act and Balance of Payments; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors and 252.232-7003 Electronic Submission of Payment Requests. Furthermore Section 508 of the Rehabilitation Act of 1973 applies and can be viewed at http://www.section508.gov. Price shall include delivery within 90 days ARO. Award is anticipated on 13 Aug 04. The following clauses and provisions can be viewed through Internet access at the AF FAR Site, http://farsitehill.af.mil. Interested parties capable of providing the above must submit a written quote to include discount terms, site locations, past performance information, tax identification number, cage code, and firm evidence of their ability to perform. All responses that meet the criteria contained within will be considered. Since award will be based on initial responses, it is encouraged to offer your most advantageous pricing in your initial response. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the DoD Central Contractor Registration (CCR) database, NO EXCEPTIONS. To register, you may call 1-888-227-2423 or apply via the Internet at http://www.ccr.gov. As the award will be made using (SAP), the evaluation procedures at FAR 13.106-2 will be used. All responsible sources may submit a quote. Quotes are due not later then 4:00 P. M., Central Standard Time (CST), 17 Aug 2004 and should reference the solicitation listed above. Furnish the following information for each contract: (1) Company/division name, (2) Product/service, (3) Contracting Agency, (4) Contract Number, (5) Contract Dollar Value, (6) Delivery Dates, (7) Name, address, FAX number, and telephone number of the Contracting Officer, (8) Comments regarding any known performance deemed not acceptable by a customer. Quotes shall be forwarded to the attention of Shirley J. Jones, via e-mail to shirley.jones@lackland.af.mil or fax (210) 671-1199. Original Point of Contact
 
Place of Performance
Address: HQ AFSFC/SFOR, 1517 Billy Mitchell, Lackland AFB, TX
Zip Code: 78236
 
Record
SN00641438-W 20040813/040811212111 (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.