Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2005 FBO #1207
SOLICITATION NOTICE

66 -- Sole Source-Innovative Solutions and Support

Notice Date
3/15/2005
 
Notice Type
Solicitation Notice
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Tinker OC-ALC - (Central Contracting), 3001 Staff Drive, Ste 1AG76A, Tinker AFB, OK, 73145-3015
 
ZIP Code
73145-3015
 
Solicitation Number
FA8103-05-R-0124
 
Response Due
4/15/2005
 
Archive Date
4/30/2005
 
Description
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 used. The solicitation number is FA8103-05-R-0124. The solicitation is a Request For Quotations (RFQ). Sole Source: Innovative Solutions & Support (CAGE: 0EUW0), 720 Pennsylvania Drive, Exton Pennsylvania 19341 Solicitation will be for a five year requirement consisting of a Basic and two, two- year Options. This solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2001-27 (FAC). NAICS 336413; Issued pursuant to the Small Business Competitiveness Demonstration Program Line Item 0001- Digital Air Data Computer NSN: 6610-01-444-0573 / PN 9B-81010-8 NSN: 6610-01-468-3216 / PN 9B-81010-14 NSN: 6610-01-488-7408 / PN 9B-81010-37 The NSN?s above are to be Repair/Mod and returned as: NSN: 6610-01-488-7408 / PN 9B-81010-37 Qty: 1 each Output for CLIN 0001 & CLIN 0002 will be determined per delivery order. Place of delivery: Tinker AFB, Shipping Instructions to be provided by Production Management Specialist. Inspection/Acceptance: Origin Line Item 0002- Digital Air Data Computer NSN: 6610-01-444-0573 / PN 9B-81010-8 NSN: 6610-01-468-3216 / PN 9B-81010-14 NSN: 6610-01-488-7408 / PN 9B-81010-37 NSN: 6610-01-526-9850 / PN 9B-81010-49 The NSN?s above are to be Repair/Mod and returned as: NSN: 6610-01-526-9850 / PN 9B-81010-49 Best Estimated Quantities (BEQ): Basic: 6 Option I: 24 Option II: 21 BEQ reflects quantities for CLIN 0001 & CLIN 0002 combined. Output will be determined per delivery order. Required Delivery: Basic: 2 per month/30 days ARO Option I: 2 per month/30 days ARO Option II: 2 per month/30 days ARO Line Item 0003- Altimeter NSN: 6610-01-469-7873 / PN 9D-80110-14 BEQ: Basic: 21 Option I: 72 Option II: 109 Required Delivery: Basic: 3 per month/30 days ARO Option I: 3 per month/30 days ARO Option II: 6 per month/30 days ARO Line Item 0004- Airspeed Indicator NSN: 6610-01-470-7360 / PN 9D-80210-14 NSN: 6610-01-487-8677 / PN 9D-80210-37 NSN: 6610-01-526-9851 / PN 9D-80210-49 The NSN?s above are to be Repair/Mod and returned as: NSN: 6610-01-526-9851 / PN 9D-80210-49 BEQ: Basic: 56 Option I: 130 Option II: 161 Required Delivery: Basic: 4 per month/30 days ARO Option I: 5 per month/30 days ARO Option II: 6 per month/30 days ARO Line Item 0005-Over & Above Quantity: TBD Line Item 0006- Data Reports Quantity: TBD Place of delivery: Tinker AFB, Shipping Instructions to be provided by PMS. Inspection/Acceptance: Origin Provision 52.212-1, Instructions to Offerors. Commercial, applies to this acquisition. Offerors are instructed to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with your offer. Provision 52.212-2, Evaluation -- Commercial Items. The following criteria, listed in order of importance are inserted in Paragraph A: 1-Price, 2-Technical, 3-Past performance; Technical and Past Performance, when combined, are significantly less important than Price. Provision 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. Provision 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. Included in this provision are provisions: FAR 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.232-33, Payment by Electronic Funds Transfer; Central Contractor Registration; 52.247-29, FOB Origin; 52.252-4, Alterations in Contract; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statures or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7000, Buy American Act-Balance of Payments Program Certificate; 252.225-7001, Buy American Act-Balance of Payments Program; 252.225-7028, Exclusionary Policies and Practices of Foreign Government; 252.225-7035, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payment Programs Certificate; 252.225-7036, Buy American Act-North American Trade Agreement Implementation Act-Balance of Payment Program; 252-227-7037, Validation of Restrictive markings on Technical Data. The full text of any clause can be found at: http://farsite.hill.af.mil. The assigned DPAS rating is DO:A1 Revised CD Note 22 The proposed contract action is for repairs for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302-1. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty five days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon response to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Revised CBD Note 23 Award will be made only if the offeror, the product/service, or the manufacturer meets the qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. Command Note C = SUBCONTRACTING OPPORTUNITIES It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm listed. Command Note E = NON-AVAILIBILITY OF GOVERNMENT DATA Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. Local Note C = OMBUDSMAN Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS Proposals are due by 1200HRS CST, 15 April 2005. Mail proposals Attn: Tamara Lovett, OC-ALC/LGKIB, 3001 Staff Drive Suite 1AC4 98C, Tinker AFB OK 73145, or fax 405.739.4417 Contact Tamara Lovett at 405.739.4436 (No collect calls) or tamara.lovett@tinker.af.mil for information regarding this solicitation. Point of Contact Tamara Lovett, Contract Negotiator, Phone 405.739.4436, Fax 405.739.4417, Email tamara.lovett@tinker.af.mil
 
Record
SN00769090-W 20050317/050315212404 (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.