Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2005 FBO #1335
SOLICITATION NOTICE

63 -- ZBackscatter Van Upgrade

Notice Date
7/21/2005
 
Notice Type
Solicitation Notice
 
NAICS
334517 — Irradiation Apparatus Manufacturing
 
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-F1Q3SF5168A100
 
Response Due
8/1/2005
 
Small Business Set-Aside
Total Small Business
 
Description
The 436th Contracting Squadron at Dover AFB Delaware intends to award a delivery order under Simplified Acquisition Procedures (SAP) for the purchase of an upgrade to the previously purchased Zbackscatter Van for the Security Forces Squadron. Currently, this is UNFUNDED requirement. This is a combined synopsis / solicitation for commercial products 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 F1Q3SF5168A100 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 2005-04 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 Code (NAICS) is 334517, size standard 500. The contractor shall provide the following: equipment, installation, and training to upgrade the American Scientific & Engineering Zbackscatter Van (model # ZBV35) to enable it personnel scanning capability. It must satisfy the following requirements: easily interpreted photo-like images, an operating footprint no greater than 10 ft x 22 ft, no exclusion zone requirement, one or two person operability, electro-mechanical power source, covert/overt operability, remote and portal-mode operation capable, ANSI standard certified for ?people scanner? use, gamma radiation and neutron detection capable, quick setup time, capable of penetrating light construction, training for six personnel. Please acknowledge all requirements on quotations. Offerors must provide brochures/literature of the items being offered along with their quote. 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, DE. Offerors must provide warranty information specific to all equipment. Contractor shall provide all materials, labor, and transportation necessary to provide this service. 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 reference52.212-1 -- Instructions to Offerors -- Commercial Items (Jan 2005) 52.212-3 -- Offeror Representations and Certifications -- Commercial Items (Mar 2005) 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) and 252.204-7004 Alt A (Nov 2003) 252.225-7000 Buy American Act--Balance of Payments Program Certificate (Apr 2003) 252.225-7002 Qualifying Country Sources as Subcontractors (Apr 2003) 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Apr 2005) Incl 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), 52.222-35 -- Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.222-36 -- Affirmative Action for Workers With Disabilities (Jun 1998), 52.222-37 ? Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) 52.211-6 ? Brand Name or Equal (Aug 1999) 52.225-13 ?Restrictions on Certain Foreign Purchases (Mar 2005) Incl 252.225-7035 ? Buy American Act ? Free Trade Agreements ? Balance of Payments Program Certificate (Jan 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) Incl 252.225-7001 Buy American Act and Balance of Payments Program (Apr 2003) and 252.232-7003 Electronic Submission of Payment Requests (Jan 2004), 52.232-18 Availability of Funds (Apr 1984). Section 1008 of the National Defense Authorization Act for fiscal year 2001 requires any claims for payments (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow-Receipt and Acceptance (WAWF- RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at NO COST to the contractor and training will be provided. Information available at no cost is located at http://www.wawftraining.com. Quotes should reference RFQ No. F1Q3SF5168A100. The POC for this acquisition is Brett Clark (302) 677-5234; Fax (302) 677-5217, E-Mail: Brett.Clark@Dover.af.mil Quotes may be mailed to 436th Contracting Squadron/LGCB, Attn: Brett C. Clark, 639 Atlantic Ave, Dover AFB, DE 19902. Oral Quotes will not be accepted. Responses to this RFQ must be received via fax, e-mail, or postal mail by 01 Aug 2005, 12:00pm EST.
 
Place of Performance
Address: Dover AFB, DE
Zip Code: 19902
Country: USA
 
Record
SN00851961-W 20050723/050721212147 (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.