Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2006 FBO #1692
SOLICITATION NOTICE

23 -- RADAR MONITOR TRAILER

Notice Date
7/13/2006
 
Notice Type
Solicitation Notice
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 377 CONS - Kirtland (Operational Contracting Squadron), 377 CONS/LGC Operational Contracting Squadron 2000 Wyoming Blvd SE, Kirtland AFB, NM, 87117-5606
 
ZIP Code
87117-5606
 
Solicitation Number
Reference-Number-F2K3AQ6159A200
 
Response Due
7/26/2006
 
Archive Date
8/10/2006
 
Description
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. This solicitation and incorporated provisions/clauses are those in effect through FAC 2005-04. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Purchase request number F2K3AQ6159A200 is issued as a Request for Quote (RFQ). This acquisition is cascading set aside. Proposals will be accepted by 8(a) Small Businesses, HUBZone Small Businesses, Service Disabled Veteran Owned Small Businesses, Small Businesses, and Other Than Small (Large) Businesses. Proposals will be evaluated using a tiered cascading approach: when proposals are received, they will be opened for identification purposes only. The Government will evaluate only those proposals in the first tier (8(a) Small Businesses) and exhaust all negotiation efforts before pursuing evaluation and negotiation at the next tier (HUBZone Small Businesses). This will continue through the third tier (Small Businesses) before considering proposals from the fourth and final tier (Other than Small (Large) Businesses). The applicable North American Industry Classification (NAICS) Code is 334310. The small business size standard is 750 employees. No paper copies will be issued. No telephone requests will be honored. Prospective offerors must register on the FedBizops site in order to receive notification to changes in the solicitation. CLIN 0001: SMART Low Profile (LP) Radar Trailer with 18" LED display, adjustable tongue and dual lock storage box CLIN 0002: SMART Traffic Statistics Package CLIN 0003: Overspeed Blinking CLIN 0004: Solar Panel Upgrade for SMART Low Profile (LP) The following provisions/clauses will apply to 8(a) Small Business Set Asides: 52.219-6 - Notice of Total Small Business Set Aside and its?Alternate II 52.219-8 - Utilization of Small Business Concerns 52.219-14 - Limitations on Subcontracting The following provisions/clauses will apply to HUBZone Small Business Set Asides: 52.219-3 - Notice of Total HUBZone Set Aside 52.219-6 - Notice of Total Small Business Set Aside and its?Alternate II 52.219-8 - Utilization of Small Business Concerns 52.219-14 - Limitations on Subcontracting The following provisions/clauses will apply to Service Disabled Veteran Owned Small Business Set Asides: 52.219-6 - Notice of Total Small Business Set Aside and its?Alternate II 52.219-8 - Utilization of Small Business Concerns 52.219-14 - Limitations on Subcontracting 52.219-27 - Notice of Total Service Disabled Veteran Owned Small Business Set Aside The following provisions/clauses will apply to Small Business Set Asides: 52.219-6 - Notice of Total Small Business Set Aside and its?Alternate II 52.219-8 - Utilization of Small Business Concerns 52.219-14 - Limitations on Subcontracting The following provisions/clauses will apply to Other Than Small (Large) Business awards: 52.219-4 - Notice of Price Evaluation Preference for HUBZone Small Business Concerns FAR provisions/Clauses incorporated by reference: 52.204-7 Central Contractor Registration (OCT 2003); 52.211-6 Brand Name or Equal (AUG 1999); 52.212-1 Instructions to Offerors?Commercial Items (JAN 2004); 52.212-3 Offeror Representations and Certifications?Commercial Items (MAR 2005) Offerors are required to submit a completed copy of FAR 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items, with their quote; 52.212-4 Contract Terms and Conditions Commercial Items (OCT 2003) Provisions/Clauses incorporated by full text: 52.212-5 Contract terms and Conditions required to Implement Statutes or Executive Orders --Commercial items (JUN 2004) [in paragraphs (b) and (c) the following clauses apply: 52.219-6, 52.222-3; 52.222-21, 52.222-26;52.225-13; 52.232-33]; 52.222-22 Previous Contract Compliance Reports (FEB 99); 52.252-2 Clauses Incorporated by Referance (FEB 1998) Clauses and provisions may be accessed in full text at http://farsite.hill.af.mil; 252-2004-7004 Alt I Central Contractor Registration (NOV 2003); 252.212-7001 Contract Terms and Conditions Required to Implement Statutes--Commercial (SEP 2004) ) [in paragraph (b) the following clauses apply: 252.232-7003]; 252.225-7000 Buy American Act ?Balance of Payments Program Certificates (APR 2003). To be eligible to receive an award resulting from this solicitation, contractor must be registered in the DoD Central Contractor Registration (CCR) database. To register, you may apply through the Internet at Http://www.ccr.gov. LOCAL CLAUSES: NOTE: CONTRACTORS ARE ADVISED THAT FUNDS ARE NOT CURRENTLY AVAILABLE FOR PURCHASE OF THE ITEM(S) SPECIFIED IN THIS RFQ. ANY RESULTANT AWARD WILL BE CONTINGENT UPON FUNDS AVAIL- ABILITY FOR THIS FISCAL YEAR (06). IF FUNDING BECOMES AVAILABLE, IT MAY OR MAY NOT BE SUFFICIENT TO PURCHASE ANY OR ALL OF THE ITEMS SPECIFIED; THEREFORE, LINE ITEMS AND/OR QUANTITIES ARE SUBJECT TO CANCELLATION OR DECREASE. WARRANTY-SUPPLIES: ITEMS OFFERED ARE WARRANTED FOR A PERIOD OF ___________AGAINST DEFECTS IN WORKMANSHIP AND MATERIALS. WARRANTY BEGINS UPON_____________________. NOTE: OFFEROR, IF OTHER THAN MANUFACTURER, HEREBY CERTIFIES BY SUBMISSION OF AN OFFER THAT ALL TERMS AND CONDITIONS OF THE MANUFACTURER'S WARRANTY ARE TRANSFERRABLE TO THE GOVERN-MENT. TECHNICAL LITERATURE MUST BE SUBMITTED FOR "EQUAL" PRODUCTS OFFERED FOR THE GOVERNMENT TO PERFORM A TECHNICAL EVALUATION. NO FURTHER REQUEST WILL BE MADE TO OBTAIN REQUIRED LITERA- TURE AND FAILURE TO SUBMIT MAY RESULT IN YOUR OFFER BEING ELIMINATED FROM AWARD CONSIDERATION. AWARD WILL BE MADE RELATIVE TO BEST OVERALL VALUE. BEST VALUE MAY INCLUDE, BUT IS NOT LIMITED TO: PAST PERFORMANCE, TECHNICAL CAPABILITY, QUALITY, TRADE-IN CONSIDERATIONS, PROBABLE LIFE, WARRANTY, MAINTAINABILITY AND PRICE. OFFERS MUST MEET ALL MINIMUM SPECIFICATIONS BUT OFFERS WHICH EXCEED MINIMUMS MAY BE RATED MORE FAVORABLY. THE GOVERNMENT WILL NOT, HOWEVER, PAY AN UN- REASONABLE AMOUNT FOR ADDITIONAL TECHNICAL CAPABILITY AND WILL COMPARE ANY ADDITIONAL CAPABILITY TO ANY ADDITIONAL PRICE. SINCE THE GOVERNMENT IS INTERESTED IN OBTAINING THE BEST OVERALL VALUE, AWARD MAY NOT GO TO THE LOWEST OVERALL PRICE IF ANY FACTORS CONSIDERED JUSTIFY A HIGHER PRICE. NOT- WITHSTANDING THAT TECHNICAL CAPABILITY IS MORE IMPORTANT THAN PRICE, SHOULD ALL OFFERS APPEAR EQUAL, PRICE WILL BECOME THE DETERMINING FACTOR IN THE AWARD DECISION. OFFERORS: RESPOND TO ENTIRE REQUEST; IT CONTAINS IMPORTANT INFORMATION USED TO EVALUATE QUOTES. FAILURE TO INCLUDE ALL REQUIRED DOCUMENTATION/INFORMATION MAY RENDER YOUR OFFER NONRESPONSIVE. OFFER, FILL-INS, AGREEMENTS, PUBLISHED PRICE LISTS, TECHNICAL LITERATURE, ETC, MAY BE SENT TO ANNIE PREECE, PHONE NUMBER: 505-846-4579, FAX: 505-846-4083,E-MAIL: ANN.PREECE@KIRTLAND.AF.MIL. PLEASE REFERENCE THE RFQ NUMBER ON ALL DOCUMENTS. ARE ITEMS ON GSA SCHEDULE? ____YES/___NO. GSA CONTRACT NO: __________________________/EXPIRATION DATE:_________________ ____OFFEROR IS THE GSA CONTRACT VENDOR; ____OFFEROR IS AN AUTHORIZED USER OF GSA CONTRACT FOR ________________(GSA VENDOR NAME). PLEASE PROVIDE COPY OF GSA CONTRACT OR APPLIC- ABLE EXCERPTS. MINIMUM ORDER AMOUNT (IF ANY):$______________ THIS QUOTE IS GOOD FOR ____DAYS. NOTE: IF REQUIREMENT IS FOR SERVICES, ENSURE YOUR QUOTE IS GOOD THROUGH THE REQUIRED START DATE (SEE SCHEDULE FOR PERFORMANCE PERIOD). _____FOB DESTINATION _____FOB ORIGIN. ESTIMATED SHIPPING/HANDLING CHARGES ARE $____________. SHIPPING ORIGIN IS_____________________ PLEASE SUBMIT A COPY OF YOUR PUBLISHED PRICE LIST TO SUPPORT PRICES QUOTED. IF A SOFTWARE OR SERVICE AGREEMENT APPLIES, IT MUST BE PRO- VIDED WITH QUOTE. COMPLETE ONE OF THE FOLLOWING: ____AN AGREEMENT APPLIES; A COPY IS PROVIDED WITH QUOTE. ____AN AGREEMENT DOES NOT APPLY. DUNS NUMBER: __________________ CAGE CODE:__________________ PROPOSED DELIVERY IS___________________AFTER RECEIPT OF ORDER. PROMPT PAYMENT DISCOUNT TERMS_______________. TAX ID NUMBER: _________________________. VENDOR E-MAIL ADDRESS_________________________________________. VENDOR POINT OF CONTACT_______________________________________. Offers may be faxed, in accordance with FAR 52.214-31, Facsimile Bids (Dec 1989) to: 505-846-4083 For the attention of: Annie Preece or mailed to her attention at: 377th Contracting Squadron 2000 Wyoming Blvd. S.E. Bldg #20604, Room B22 Kirtland AFB, NM 87117-5606 Offers must be received by 1200 Noon (MST) on 26 Jul 06 2005
 
Place of Performance
Address: 2000 WYOMING BLVD SE, BLDG 20604, KIRTLAND AFB NM 87117
Zip Code: 87117
Country: UNITED STATES
 
Record
SN01088228-W 20060715/060713220722 (fbodaily.com)
 
Source
FedBizOpps 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.