Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2006 FBO #1766
SOLICITATION NOTICE

70 -- Outdoor Mounted Amplifier

Notice Date
9/25/2006
 
Notice Type
Solicitation Notice
 
NAICS
443120 — Computer and Software Stores
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 982), Base Support Flight 700 Suffolk Street, STE 1200, Peterson AFB, CO, 80914-1200
 
ZIP Code
80914-1200
 
Solicitation Number
FA2517-06-T-6145
 
Response Due
9/27/2006
 
Archive Date
10/12/2006
 
Small Business Set-Aside
Total Small Business
 
Description
Quantity 1Each XICOM AMP- XTD-400C, with BUC Standard C Band (5.85 to 6.425) outdoor mounted amplifier with intergrated Block Up Conveter (L-Band) COMBINED SYNOPSIS/SOLICITATION IT Parts (Monitors, Cables, Printers, Cards) (I) 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 announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quote (RFQ). Submit written proposal (to include price quote for all CLINS) on RFQ reference number. (III) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-02. (IV) This solicitation is a Total Small Business set-aside. (V) This combined synopsis/solicitation is for the following commercial items: 1. XICOM XTD-400C with BUC Standard C Band (5.85 to 6.425) outdoor mounted amplifier with intergrated Block up Converter (L Band) (VI) Description of requirement: See V. (VII) Delivery to Peterson AFB, CO by 25 Oct 06. (VIII) FAR 52.212-1, Instructions to Offerors Commercial Items (Jan 2004), applies to this acquisition. In addition to written quotes, offerors are instructed to provide a brief capability statement describing qualifications to perform requirements listed at paragraphs V and VI. (IX) FAR 52.212-2, Evaluation -- Commercial Items (Jan 1999), applies to this acquisition. A contract will be awarded to the vendor using the following criteria to determine best value to the Government: Lowest price and meets capability requirements listed in V and VI. (X) The offeror must have completed the Online Representations and Cerifications Application (ORCA) which is the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (May 2004). The web site address is https://orca.bpn.gov/. WAWF Wide Area Work Flow https://wawf.eb.mil/. (XI) FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 2003), applies to this acquisition. (XII) FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Jun 2004). Additional FAR 52.212-5 clauses cited in the clause applicable to this acquisition are (5)(i), (14), (15), (16), (17), (18), (19), (20), (26) and (31). (XIII) The following clauses are also applicable to this acquisition: 52.204-7, Central Contractor Registration; 52.252-2, Clauses Incorporated by Reference; 52.212-4 Contract Terms and Conditions Commercial Items, 52.219-6 Notice of Small Business Set Aside, 52-222-3 Convict Labor, 52.222-19 Child Labor, 52.222-21 Prohibition of Segregated Facilities, 52.225-13 Restrictions on Certain Forgeign Purchases, 252.225-7001 Buy American Act and Balance of Payments Program, 252.232-7003 Electronic Submission of Payment Requests, 52.512-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; 52.222-22, Previous Contracts and Compliance Reports; 52.233-3, Protest After Award, 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 5352.201-9101 Ombudsman, and WAWF-2 WAWF submittal Information. (XIV) NA (XV) NA (XVI) Quotes are required to be received no later than 12:00 pm Eastern Standard Time, Wednesday, 27 September 2006, and must include the following: Company name; address; phone numbers; DUNS number; CAGE code; itemized quote; statement that delivery schedule can be met; details of service to be included; statement that ORCA has been completed (see para X above). Offeror must be registered in WAWF (see para X above). Award will be based on lowest responsive offer. Quotes are preferred via email to nathalie.bonnet@peterson.af.mil, but can be delivered via fax to (719) 556-4321. (XVII) Please direct any questions regarding this solicitation to Nathalie Bonnet at nathalie.bonnet@peterson.af.mil (preferred) or (719) 556-4552.
 
Place of Performance
Address: Peterson AFB Colorado
Zip Code: 80914
Country: UNITED STATES
 
Record
SN01153871-W 20060927/060925220708 (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.