Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2006 FBO #1711
SOLICITATION NOTICE

66 -- LOGIC PROCESSOR

Notice Date
8/1/2006
 
Notice Type
Solicitation Notice
 
NAICS
423610 — Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers
 
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
F2K1AB6194A100
 
Response Due
8/4/2006
 
Archive Date
8/19/2006
 
Description
This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. Solicitation/Purchase Request number F2KBAD6024A100 is issued as a Request for Quote (RFQ). This is a BRAND NAME OR EQUAL SOLICITATION. This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-06, Effective 31 Oct 2005 and Current to DCN 20051220 Edition. THIS IS A CASCADING SET ASIDE. Quotes 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. Quotes will be evaluated using a tiered cascading approach: when quotes are received, they will be opened for identification purposes only. The Government will evaluate only those quotes 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 (Service Disabled Veteran Owned Small Businesses), and fourth tier (Small Businesses) before considering quotes from the fifth and final tier (Other than Small (Large) Businesses). The Government intends to award one contract line item number CLIN 0001 ? ALLEN-BRADELY 1552939 ALB-1769-L31 COMPACTLOGIX 2 PORT PROCESSOR - QUANTITY: 15 EACH; DESIRED DELIVERY DATE: 30 days After Delivery of Contract (ADC) FOB: DESTINATION. Inspection and acceptance: DESTINATION. The following provisions and clauses apply to this procurement: FAR 52.204-7, Central Contractor Registration; FAR 52.211-6, Brand Name or Equal; Offeror?s are advised that 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 literature and failure to submit may result in your offer being eliminated from award consideration. FAR 52.212-1, Instructions to Offerors-Commercial Items; Addenda to FAR 52.212-1 In accordance with FAR 13.106-1(a)(2) offerors are notified that Award will be made relative to best overall value. Best value includes past performance, technical acceptability 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 unreasonable 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. Notwithstanding that technical acceptability is more important than price, should all offers appear equal, price will become the determining factor in the award decision. Offeror will be evaluated in accordance with FAR 13.106-2; FAR 52.212-2, Evaluation Commercial Items FAR 52-212-3, Offeror Representations and Certification-Commercial Items (all offerors shall include a completed copy of this provision with their proposal); FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. [in paragraphs (b) and (c) the following clauses apply 52.222-3; 52.222-19; 52.222-21, 52.222-26, 52.222-35, 52-222-36, 52.222-37, 52.225-1, 52.225-13, and 52.232-33; FAR 52.252-1, Solicitation Provisions Incorporated by Reference - may be accessed in full text at http://farsite.hill.af.mil/ FAR 52.252-2, Clauses Incorporated by Reference - may be accessed in full text at http://farsite.hill.af.mil/; DFAR 252.204-7004 Central Contractor Registration DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. [in paragraph(s) (a) and (b) the following clause(s) apply: 252.225-7001, 252.232-7003, and 252.247-7023 with its? alternate III;] DFAR 252.225-7000, Buy American-Balance of Payments Program Certificates DFAR 252.225-7002, Qualifying Country Sources as Subcontractors. The following provisions/clauses will apply only to 8(a) Small Business Set Asides: 52.219-1 Small Business Program Representations (all small business offerors shall include a completed copy of this provision with their proposal) 52.219-6 - Notice of Total Small Business Set Aside The following provisions/clauses will apply only to HUBZone Small Business Set Asides: 52.219-1 Small Business Program Representations (all small business offerors shall include a completed copy of this provision with their proposal) 52.219-3 - Notice of Total HUBZone Set Aside 52.219-6 - Notice of Total Small Business Set Aside The following provisions/clauses will apply only to Service Disabled Veteran Owned Small Business Set Asides: 52.219-1 Small Business Program Representations (all small business offerors shall include a completed copy of this provision with their proposal) 52.219-6 - Notice of Total Small Business Set Aside 52.219-27 - Notice of Total Service Disabled Veteran Owned Small Business Set Aside The following provisions/clauses will apply only to Small Business Set Asides: 52.219-1 Small Business Program Representations (all small business offerors shall include a completed copy of this provision with their proposal) 52.219-6 - Notice of Total Small Business Set Aside The following provisions/clauses will apply only to Other Than Small (Large) Business awards: 52.219-4 - Notice of Price Evaluation Preference for HUBZone Small Business Concerns All invoices are to be submitted via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com.Payment information may be accessed using the DFAS website at https://www.dfas.mil.Your purchase order/contract number or invoice will be required to inquire status of your payment. All payments are to be paid via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil.WAWF training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https: www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. All offers are due no later than 3:00pm (Mountain Standard Time) August 4, 2006. Offers may be mailed to 377 CONS/LGCA, ATTN: Rose Mary Torrez, 2000 Wyoming Blvd., SE, Bldg 20604, Kirtland AFB, NM 87117, emailed to rose.torrez@kirtland.af.mil, or faxed to (505) 846-4083 ATTN: Rose Mary Torrez. ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award.If you are not registered you may request an application at (888) 227-2423 or through the CCR website at http://www.ccr.gov.
 
Place of Performance
Address: KIRTLAND AIR FORCE BASE ALBUQUERQUE NM
Zip Code: 87117
Country: UNITED STATES
 
Record
SN01103029-W 20060803/060801220737 (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.