Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2005 FBO #1279
SOLICITATION NOTICE

N -- Land Mobile Radio Removal/Installation

Notice Date
5/26/2005
 
Notice Type
Solicitation Notice
 
NAICS
811211 — Consumer Electronics Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Mobility Command, 436th CONS, 639 Atlantic Street, Dover AFB,, DE, 19902-5639
 
ZIP Code
19902-5639
 
Solicitation Number
Reference-Number-F1Q3SC5131A100
 
Response Due
6/6/2005
 
Archive Date
6/21/2005
 
Small Business Set-Aside
Total Small Business
 
Description
The 436th Contracting Squadron at Dover AFB DE intends to award a purchase order under Simplified Acquisition Procedures (SAP) for the purchase of Land Mobile and/or XTVA Radio removals/installations for vehicles at Dover AFB, Delaware. This is a combined synopsis/ solicitation for commercial items prepared in accordance with the format in FAR Subparts 12.6 and 13.5, 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 number is F1Q3SC5131A100 and is issued as a Request for Quotation (RFQ). The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-03 and Defense Acquisition Circular 91-13. This solicitation is 100% SET ASIDE FOR SMALL BUSINESS CONCERNS in accordance with FAR Part 19. The North American Industry Classification System (NAICS) is 811211, size standard $6,000,000. The contractor shall provide the following: See attached Statement of Work (SOW). Please acknowledge all requirements on quotations. Offerors must provide brochures/literature of the items being offered along with their quote, if applicable. The technical literature submitted needs to clearly communicate the offeror?s understanding and compliance with the minimum requirements as set forth in the specifications or any alternative proposal submitted in response to this RFQ. Discussions may or may not be held with offeror?s; therefore, each offeror?s initial proposal should be complete and accurate. FOB destination is required by the Government. FOB point is Dover AFB, Delaware. The required delivery date is 10 Jun ? 30 Sep 2005. Offerors must provide warranty information specific to all equipment if applicable. The following provisions and clauses can be viewed through internet access at the Air Force FAR Site, http://farsite.hill.af.mil. In accordance with FAR 52.252-1 (FEB 1998) and FAR 52.252-2 (FEB 1998), the following provisions and clauses are incorporated by reference: 52.212-1 -- Instructions to Offerors -- Commercial Items (Jan 2005). Award will be made to the offeror whose proposal represents the best value to the Government. Alternative proposals are encouraged. The minimum requirements as set forth in the Statement of Work (SOW) reflect the Government?s desired features. However, alternative proposals demonstrating technically equivalent or technically superior performance characteristics than those outlined in the SOW will be considered. The Government may conduct pre-award surveys to determine offerors? technical and financial abilities to perform; OFFERORS MUST INCLUDE WITH THEIR PROPOSAL A COMPLETED COPY OF THE PROVISION AT 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (MAR 2005) AND DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATION, COMMERCIAL ITEMS (NOV 1995) WITH THEIR QUOTE. Contract Terms and Conditions -- Commercial Items. It is tailored as follows: subparagraph c is changed to read: ?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 changes in paying office, appropriations data, etc. which may be changed unilaterally by the Government.? ; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Apr 2005); 52.219-6 -- Notice of Total Small Business Set-Aside (Jun 2003); 52.222-3 -- Convict Labor (Jun 2003); 52.232-33 ? Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003); 52.222-19 ? Child Labor?Cooperation with Authorities and Remedies (Jun 2004); 52.222-21 ? Prohibition of Segregated Facilities (Feb 1999); 52.222-26 -- Equal Opportunity (Apr 2002); 52.222-36 -- Affirmative Action for Workers With Disabilities (Jun 1998); 52.222-41 -- Service Contract Act of 1965, as Amended (May 1989). Wage Determination No. 94-2098, Revision 16, dated 18 May 2005 applies. Wage Determination may be accessed electronically at http://www.afmc.wpafb.af.mil/organizations/HQ-AFMC/PK/afciro/index.htm. FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) ADDENDUM TO 52.222-42 THIS STATEMENT IS FOR INFORMATION ONLY. IT IS NOT A WAGE DETERMINATION. EMPLOYEE CLASS 23182 Electronics Technician Maintenance II, WG-9, MONETARY WAGE/FRINGE BENEFITS $27.79/$2.59; 52.212-4 -- Contract Terms and Conditions -- Commercial Items (Oct 2003) ADDENDUM TO 52.212-4*; Incl 52.204-7 Central Contractor Registration (Oct 2003); Incl 252.204-7004 Alternate A (Nov 2003); 52.223-3 -- Hazardous Material Identification and Material Safety Data (Jan 1997); 52.223-4 -- Recovered Material Certification (Oct 1997); 252.223-7001 Hazard Warning Labels (Dec 1991); 252.225-7000 Buy American Act--Balance of Payments Program Certificate (Apr 2003); 252.225-7002 Qualifying Country Sources as Subcontractors (Apr 2003); 52.225-13 ?Restrictions on Certain Foreign Purchases (Mar 2005); 252.211-7003 Item Identification and Valuation (Apr 2005); 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2005); 252.225-7001 Buy American Act and Balance of Payments Program (Apr 2003); 252.232-7003 Electronic Submission of Payment Requests (Jan 2004). If not already registered, you should immediately register with CCR by calling 1-888-227-2423 or via the Internet at http://ccr.edi.disa.mil. On-line registration with the CCR is also available at the Small Business Administration Internet address (www.sbaonline.sba.gov). Confirmation of CCR registration must be obtained before award can be made. Offerors/bidders are hereby advised that if they are awarded a contract as a result of this solicitation, they may be required to appear at the 436th Contracting Squadron, Building Number 639, 639 Atlantic Street, Dover AFB, DE 19902-5639 to attend a preperformance conference prior to commencement of work on the military installation. Quotes should reference RFQ No. F1Q3SC5131A100. Offers must be sent in writing/fax to the Purchasing Agent Brett Clark no later than 6 Jun 2005 at 2:00 P.M. (EST) to 436 CONS/LGCB ATTN: Brett Clark, 639 Atlantic Street, Dover DE 19902-5639. For more information contact the administrator Brett Clark at (302) 677-5234 or Michael Glimp at (302) 677-5233. You may also email Brett.Clark@dover.af.mil.
 
Place of Performance
Address: Dover AFB, Delaware
Zip Code: 19902
Country: USA
 
Record
SN00816302-W 20050528/050526212103 (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.