Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2005 FBO #1357
SOLICITATION NOTICE

59 -- Dimming System

Notice Date
8/12/2005
 
Notice Type
Solicitation Notice
 
NAICS
238210 — Electrical Contractors
 
Contracting Office
1940 Allbrook Drive Suite 3 Wright-Patterson AFB, OH, 45433-5309
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-05-T-0171
 
Response Due
8/23/2005
 
Archive Date
9/22/2005
 
Small Business Set-Aside
N/A
 
Description
This combined synopsis/solicitation and is issued as FULL AND OPEN COMPETITION. The solicitation number is FA8601-05-T-0171. Quotes are due by NOON (Eastern Standard Time), TUESDAY, 23 AUGUST 2005, to the point of contact identified at the end of this notice. Note there is a site visit scheduled for potential sources to see the installation area prior to quote submission. Details of the site visit are provided below. This is a REQUEST FOR QUOTES 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; quotes are being requested. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05, 8 June 2005, and class deviation 2500- 0001. Paper copies of this announcement will not be issued. The associated standard industrial classification (SIC) code is 1731; the North American Industry Classification System (NAICS) code is 238210; and the small business size standard is $12 million. The proposed purchase is for: 1 each Dimming Lighting System (minimum requirements are attached) Contract financing is NOT provided for this acquisition. The Government intends to award one firm fixed price (FFP) purchase order resulting from this solicitation to the responsible offeror(s) whose quote is most advantageous to the Government and conforms to the requirements in this solicitation. The Government reserves the right not to make an award at all. SITE VISIT: A site visit will be held on TUESDAY, 16 AUGUST 2005, at 9:00 A.M to 10:00 A.M. (Eastern Time) at the installation location. Potential quoters shall notify the POC at the end of this announcement not later than MONDAY, 15 AUGUST 2005, at 3:00 P.M. (EST) by email or phone (not fax) of their intention to attend the site visit and provide company name, attendee(s) name, phone, and email. Attendees shall plan to arrive not later than 8:55 A.M. (EST) to the National Museum of the United States Air Force, Springfield Pike, Dayton OH, 45433. Meeting location is the next to the museum+s information booth inside the main lobby entrance. Map and directions may be accessed at https://www.asc.wpafb.af.mil/museum/dir.htm. By submitting a quote, the offeror acknowledges the requirement that a potential awardee must be registered in the Central Contractor Registration (CCR) prior to award. Quotations may be in any format but must include requirements found in the attached Instructions to Offerors, including: proposing company+s name, address and phone; point of contact+s name, phone, and email; quotation date; quotation number (if one); unit price (each component priced separately); total price; indicate what amount of price is for labor; identify any discounts; how long the quote is valid (minimum of 60 days); lead time after receipt of order; shipping terms of FOB destination; and warranty information/cost. Quotations shall be accompanied by a completed Representations and Certifications (May 2004 and adhere to FAR 52.212-1, Instructions to Offerors ? Commercial (Jan 2004), which is attached to this announcement. The following Federal Acquisition Regulation provisions apply to this acquisition: 52.204-6, Data Universal Numbering System (DUNS) Number; 52.212-1, Instructions to Offerors; 52.212-2, Evaluation Factors [The evaluation factors for the fill-in portion of this provision are: 1) technical capability of the item offered to meet the Government requirements; 2) compatability with existing equipment; 3) installation lead time after receipt of order; and 4) price]; 52.212-3, Contractor Representations and Certifications; 52.222-22, Previous Contracts and Compliance Reports (Feb 1999) 52.222-25, Affirmative Action Compliance; The following Federal Acquisition Regulation clauses, either by reference or full text, apply to this acquistion: 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 (Deviation) Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items; 52.222-3 Convict Labor; 52.222-19 Child Labor Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disable Veterans; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; 52.233-3 Protest After Award; 52.247-34 FOB Destination; 52.252-2 Clauses Incorporated by Reference (the fill in portion of this clause is: http://farsite.hill/af/mil or http://www.arnet.gov/far); 52.252-6 Authorized Deviations in Clauses (the fill in portion of this clause is: Defense Federal Acquisition Regulation (48 CFR Chapter 2). The following DFARS Clauses, either by reference or full text, apply to this acquisition: 252.204-7003 Control of Government Personnel Work Product; 252.204-7004 Alt A Required Central Contractor Registration; 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items (the following applies to paragraph (b) of this clause: 252.225-7001 Buy American Act and Balance of Payments Program; and 252.232-7003 Electronic Submission of Payment Requests). 252.225-7002, Qualifying Country Sources as Subcontractor (Apr 2003) 252.225-7036 Buy American Act-Free Trade Agreements-Balance of Payments Program (Jan 2005) 252.232-7003 Electronic Submission of Invoices The following AFFARS Clauses, either by reference or full text, apply to this acquisition: 5352.223-9001, Health and Safety on Government Installations Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. Attachments to the announcement: 1. Representations and Certifications - May 2004 (Return with quotation) 2. FAR 52.212-1, Instructions to Offerors 3. Minimum Requirements for Dimming System Quotations are due by NOON (EST) TUESDAY, 23 AUGUST 2005, to: Rachel Hock, 88 CONS/PKBB. Fax is 937-656-1412 (ATTN: Rachel Hock). E-mail is Rachel.Hock@wpafb.af.mil. Questions should be directed to Rachel Hock at Phone 937-257-6147 ext. 4213. All information regarding this acquisition will be posted on the World Wide Web at http://www.pixs.wpafb.af.mil. For more information on 05T0171--Dimming System please refer to http://www.pixs.wpafb.af.mil/pixslibr/05T0171/05T0171.asp
 
Web Link
05T0171-Dimming System
(http://www.pixs.wpafb.af.mil/pixslibr/05T0171/05T0171.asp)
 
Place of Performance
Address: Wright-Patterson AFB
Zip Code: 45433
Country: USA
 
Record
SN00869353-W 20050814/050812212221 (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.