Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 30, 2005 FBO #1251
SOLICITATION NOTICE

58 -- Repair TRC-8000 (Radio Frequency Direction Finding Equipment)

Notice Date
4/28/2005
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, HQ AIA, HQ AIA/LGCK 102 Hall Blvd, Ste 258, San Antonio, TX, 78243-7030
 
ZIP Code
78243-7030
 
Solicitation Number
Reference-Number-F2MTL25090A100
 
Response Due
5/6/2005
 
Archive Date
5/21/2005
 
Description
SOLE SOURCE SPECIAL NOTICE The HQ Air Intelligence Agency Contracting Flight at Lackland AFB (Kelly Annex), TX intends to award a Purchase Order to Thales Communications., 160 Boulevard de Valmy-BP 82-92704 Colombes Cedex France on a SOLE SOURCE BASIS. This procurement is being conducted under the Simplified Acquisition Procedures (SAP) and Other Than Full and Open Competition in accordance with (10 U.S.C. 2304 (c) (1)) (SOLE SOURCE) FAR 6.302-1(a)(2)(i). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented, with additional information included in this notice: REQUIREMENT: Tear-Down-Quote/Repair TRC-8000 Spare Parts comprised of; Power Supply NS2000 Ref No. 46 251 98 A, Frequency Reference FN2003 Reference No. 46 252 40A, Fast Synthesizer LO2000HL Reference No. 46 257 04A01, Calibration Reference No. 46 252 76B01, Interconnection Cables Reference No. 56 057 49A, Five Way Interconnection Kit Reference No. 56 174 94A. Computer, QSHAARC and Caraibe Reference 454 700FA, Chassis Reference 46 247 24B, IF HVU2000 Reference 46 249 31C 01, RF2000 Reference 46 252 41A. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2005-03. No installation required. The requirement is FOB Destination. Place of final delviery is 1301 Billy Mitchell Boulevard, Building 1004, San Antonio, TX 78243-7008. Payment of invoices will be made by DFAS-Limestone. The estimated completion date of the initial estimate for the requirements listed is 31 May 2005. The following FAR clauses and provisions apply to this requirement which can be viewed through Internet access at the AF FAR Site, http://farsite.hill.af.mil. 52.212-1, Instructions to Offerors - Commercial Items (JUL 2003), 52.212-2-Evaluation of Commercial Items (JAN 1999), 52.212-3, Offeror Representations and Certifications- Commercial Items, (JUN 2003), 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2002); FAR 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders - Commercial Items (DEVIATION) (MAY 2002); as do the following FAR clauses cited therein: 52.222-26, Equal Opportunity (APR 2002); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (DEC 2001); 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (DEC 2001), 52.225-3 Buy American Act-Supplies (JUN 2003), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (MAY 1999), 52.233-3 Protest After Award (AUG 1996) and 52.252-2 Clauses Incorporated by Reference (FEB 1998). 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2003), DFARS 252.225-7001; Buy American Act and Balance Payment Program (APR 2003); 252.204-7004. FIRMS THAT RECOGNIZE AND CAN PROVIDE THE REQUIREMENT DESCRIBED ABOVE ARE ENCOURAGED TO IDENTIFY THEMSELVES AND PROVIDE THE SUPPORTING EVIDENCE DESCRIBED HEREIN. THE GOVERNMENT WILL MAKE AN AWARD TO THE RESPONSIBLE OFFEROR WHOSE OFFER CONFORMS TO THIS REQUIREMENT. ALL RESPONSES RECEIVED BY THE DUE DATE WILL BE CONSIDERED BY THE GOVERNMENT. Offers are due at the HQ Air Intelligence Agency Contracting Flight not later than 2:00 PM, Central Time, 06 May 2005 and should reference the Solicitation listed above. OFFERORS MUST INCLUDE WITH THEIR PROPOSAL A COMPLETED COPY OF THE PROVISION 52.212-3, OFFERORS REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (May 2004). Award will be made on or about 16 May 2005. Effective October 2004 contractors must register with the Online Representations and Certifications Application (ORCA), or risk having their proposals declared non-responsive. ORCA replaces most paper-based certs and reps. If you are required to be registered in CCR, you are now required to also be registered in ORCA. http://orca.bpn.gov/ is the address to register your company Reps & Certs. It will be effective for one year or until your company changes its information. The application will take 24 hours to become effective for the purchasing offices to view. All responsible sources may submit an offer, which, if timely received, will be considered by this office. For more information contact William R. Hetrick at (210) 977-6174 or email william.hetrick2@lackland.af.mil .
 
Place of Performance
Address: 1301 Billy Mitchell Boulevard, Building 1004, San Antonio, TX
Zip Code: 78243-7008
Country: USA
 
Record
SN00797344-W 20050430/050428211844 (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.