Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2006 FBO #1719
SOLICITATION NOTICE

13 -- Explosive ordinance disposal robot

Notice Date
8/9/2006
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, FL, 33621-5000
 
ZIP Code
33621-5000
 
Solicitation Number
F2V3F96187A200
 
Response Due
8/20/2006
 
Archive Date
9/4/2006
 
Small Business Set-Aside
Total Small Business
 
Description
MacDill AFB, FL has a requirement for TALON EOD or equal vehicle system with all standard equipment and the following accessories: Operator Control Unit (OCU) controllable 360 deg rotating wrist, 1 set of rechargeable Lithium Ion batteries for robot and control unit, vehicle mounted high gain antenna, auto focus color zoom camera, two isolated firing circuits, recoilless PAN disrupter mount, GPS compass, and reusable shipping/storage container. Minimum requirements for equal products are as follows: Size/15 in high, 25 in wide and 35 in long; 50 in extendible reach; Weight/140lbs; Maneuverability; intuitive joystick control at all speeds; speed/variable 0-5.2 mph; climbing ability/ 40 deg stairs, 40 deg slopes through all terrain, including 12 in of snow and rubble; weather resistant and capable of operating in all climates including mountains, deserts, snow etc; payload and drag capacity 100lb; tow capacity 200lb; arm lift capacity 10lb; Battery endurance/ rechargeable 2hr battery (s) at typical operational speed with one spare battery(s); Control range/ 3,900 ft line of sight; two way audio; Cameras/ three infrared illuminated color zoom cameras; Delivery will be to MacDill Air Force Base ? 6th CES / CED (EOD) Attn: TSgt Kenneth Hester (813) 828-4406; 9015 Shinook Drive; Building 700; MacDill AFB, FL 33621-5000. This is combined synopsis/solicitation, number F2V3F96187A200, for commercial items prepared in accordance with the format in FAR 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The provisions and clauses incorporated are those in effect through Federal Acquisition Circular (FAC) 2005-10, Effective 28 Jul 2006 and Fac 2005-11 , Effective 05 Jun 2006 & Class Deviation 2005-o0001. The following clauses are incorporated by reference and apply to this acquisition and can be viewed at http://farsite.hill.af.mil.: FAR 52.212-1 -- Instructions to Offerors -- Commercial Items, FAR provision 52.212-2 Evaluation - Commercial Items with Addendum to include in paragraph (a) the Government will award a contract resulting from this solicitation which will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Technical capability of equipment offered; and (2) price offered; in descending order of importance. FAR 52.212-3, ?Offeror Representations and Certifications -- Commercial Items? must be submitted with all offers. This form can be submitted online via; https://orca.bpn.gov/ instructions are located at the website. If you chose to complete the online version you must annotate this with your offer. 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. Additionally a Ombudsman has been assigned to this solicitation and any subsequent award, see AFFARS 5352.201-9101. The applicable North American Classification System (NAICS) code is 541710, with a small business size standard of 500 employees. This acquisition is 100% set aside for small businesses. All Offerors must be registered in the Central Contractor Registration database. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. Additionally all payments made from any subsequent award will be made through the online invoicing system, Wide Area Workflow (WAWF). Instructions on registering and using this system are located at https://wawf.eb.mil/. Any questions concerning this solicitation MUST be submitted in writing (fax or email, email preferred) to the point of contact listed below. Offers may be faxed or emailed. Offers must be received no later than 20 August 2006, 3:00 pm EST. Points of Contact for this Solicitation are: Primary: Captain Jeff Burhart, phone 813-828-1322, email: jeff.burhart-02@macdill.af.mil, fax 813-828-1091.
 
Place of Performance
Address: 2606 Brown Pelican Ave/MacDill AFB/FL
Zip Code: 33621
Country: UNITED STATES
 
Record
SN01110379-W 20060811/060809221243 (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.