Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2005 FBO #1371
SOLICITATION NOTICE

66 -- Purchase of Explosive Detectors

Notice Date
8/26/2005
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 319 CONS, 575 Tuskegee Airmen Blvd, Building 418, Grand Forks AFB, ND, 58205
 
ZIP Code
58205
 
Solicitation Number
F2A3SF5207A100
 
Response Due
9/6/2005
 
Archive Date
9/21/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subparts 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, proposals/quotes are being requested and a written solicitation will not be issued. The 319th Contracting Squadron at Grand Forks AFB, ND intends to award a firm fixed price purchase order for a brand name or equal purchase of eight (8) each Fido XT Portable Explosive Detector Pulse starter kit for vehicle screening at base checkpoints based on the best value. This solicitation is a Small Business set-aside in accordance with FAR Part 19. Explosive detector must conform to the Buy American Act. Minimum requirements are as follows: Method of detection: Vapor Handheld with the ability to mount to a robot Size: 10?x5?x3? Base Unit, 4?x4?x2? Sensor Head (w/o grip), and custom Tether Lenghts Weight: 3 lbs or less with battery Battery powered (Lithium Ion) Spare battery and charger Battery capacities of 4 hours Direct, high volume, and underwater sampling methods Ability to detect the following: IED, Area Reduction ? Detect Land Mines, Personnel and Vehicle Screening, and Cargo Screening ? Trace Detection Training: Include a train the trainer course for 8 personnel USB, Infrared (low power bi-directional), and RS 232 ports 256 MB Memory (10 days of continuous data logging capability) The following adapters: Power supply 100-250V, 50-60 Hz; AC adapter 100-120V, 50-60 Hz, and 12V connector FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS REQUEST FOR QUOTE (RFQ). THE GOVERNMENT MAY CANCEL THIS RFQ AT ANY TIME IF FUNDS DO NOT BECOME AVAILABLE. IF FUNDS DO BECOME AVAILABLE THE GOVERNMENT WILL ISSUE A PURCHASE ORDER TO THE VENDOR WHO SUPPLIES THE SUCCESSFUL QUOTE. The Purchase Request number is F2A3SF5207A100 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 2005-05. The North American Industry Classification System (NAICS) code is 334516, size standard 500 employees. Offeror's must show: (1) The solicitation or reference number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) Price and discount terms (quote FOB Destination); (5) Remit to address, if different than the mailing address; (6) Warranty information; (7) Estimated delivery date; (8) Acknowledgement of solicitation amendments, if any, for acceptance of offers. The offeror agrees to hold the prices in its offer for 60 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. Discussions may not be held with offerors; therefore, each offerors initial quote should be complete and accurate. Delivery is to be made FOB destination to Grand Forks AFB North Dakota and prices should include delivery. Anyone not quoting FOB Destination should include estimated freight/shipping cost with their quote. The required delivery date is 30 days after receipt of award. Offerors must provide warranty information specific to all equipment. 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 and FAR 52.252-2, the following provisions and clauses are incorporated by reference: FAR 52.211-6, Brand Name or Equal. FAR 52.212-1, Instructions to Offerors, Commercial Items. OFFERORS MUST INCLUDE WITH THEIR PROPOSAL A COMPLETED COPY OF THE PROVISION AT 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov . If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision, AND DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATION, COMMERCIAL ITEMS WITH THEIR QUOTE. 52.212-4, Contract Terms and Conditions -- Commercial Items. FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.247-34, F.O.B. Destination. In accordance with DFARS 252.204-7004, Alternate A, prior to receiving any contract award, contractors must be registered in the Central Contract Registration (CCR). If not already registered, you should immediately register with CCR via the Internet at http://www.ccr.gov/. Confirmation of CCR registration must be obtained before award can be made. DFARS 252.232-7003 Electronic Submission of Payment Requests. Department of Defense (DoD) Appropriations Act of 2001, Section 1008 Electronic Submission and Processing of Claims for Contract Payments requires that any claim for payment under a DoD contract shall 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. DFARS 252.225-7001, DFARS 252.225-7002 Qualifying Country Sources as Subcontractors, Buy American Act and Balance of Payments Program, DFARS 252.225-7036; DFARS 252.225-7036, Buy American Act -- Free Trade Agreements Balance of Payments Program - Alternate I.. Offers must be sent in writing/fax/e-mail to the Purchasing Agent, Amn Jennifer Klein, no later than 12:00 P.M. (CST) on 6 September 2006 to 319 CONS/LGCA3 - 575 Tuskegee Airmen Blvd, Grand Forks, ND. 58205 ATTN: Amn Jennifer Klein. For more information email jennifer.klein-02@grandforks.af.mil or call at 701-747-5292. Fax 701-747-4215.
 
Place of Performance
Address: 575 Tuskegee Airman Blvd., Grand Forks AFB, ND
Zip Code: 58205
Country: USA
 
Record
SN00880644-W 20050828/050826212521 (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.