Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 29, 2006 FBO #1829
SOLICITATION NOTICE

70 -- UPS - APC Smart

Notice Date
11/27/2006
 
Notice Type
Solicitation Notice
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 96th Contracting Squadron (Eglin AFB), 96th Contracting Squadron 205 West D Ave., Suite 541, Eglin AFB, FL, 32542-6862, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F1T1DG6313A1
 
Response Due
12/8/2006
 
Archive Date
12/23/2006
 
Description
The 96th Contracting Squadron, Eglin AFB, FL intends to solicit, negotiate, and award a Firm-Fixed Price contract for APC SMART-UPS units. 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. The announcement number is F1T1DG6313A1. This solicitation is issued as a Request for Quotation (RFQ). The North American Industry Classification System (NAICS) code for this acquisition is 334111, with a small business size standard of 1,000 employees. Vendors must be an authorized reseller of brand and of the the specific item(s). This requirement is for: CLIN 0001, QTY Twelve (12) Each ? UPS ? APC Smart-UPS XL 3000VA/2700W, Input 120V/Output 120V, Interface Port DB-9 RS-232, Extended Runtime model, Rack Height 3 U (APC Part # SUA3000RMXL3U) CLIN 0002, QTY Fourteen (14) Each ? UPS ? APC Smart-UPS, 5000VA/3750W, Input 208V/Output 208V, Interface Port DB-9 RS-232, SmartSlot, Rack Height 5 U (APC Part # SU5000R5TBX120) FOB DESTINATION: Items are to be delivered to 201 W. Eglin Blvd. Ste 124, Eglin AFB, FL 32542. Offerors shall provide a brand name or equal. FAR Clause 52.211-6 Brand Name or Equal applies to this acquisition (Aug 99). Offerors providing an or-equal product shall provide specification sheets or product literature for evaluation by the requesting activity with their proposal submission. The provisions and clauses incorporated in this notice are those in effect through Federal Acquisition Circular 2005-14: 52.204.7, Central Contractor Registration (Oct 03) 52.212-4, Contract Terms and Conditions?Commercial Items 52.212-5, Contract terms and conditions required to implement statues or executive orders?commercial items (Deviation) 52.219-6, Notice of total small business set-aside 52.222-3, Convict Labor 52.222-19, Child Labor- Cooperation With Authorities and Remedies 52.222-21, Prohibition of segregated facilities 52.222-26, Equal opportunity 52.222-35, Equal opportunity for special disabled vererans, veterans of the Vietnam Era, and other eligible veterans 52.222-36, Affirmative action for workers with disabilities 52.222-37, Employment reports on special disabled veterans, veterans of the Vietnam Era, and other eligible veterans 52.225-13, Restrictions on certain foreign purchases 52.232-33, Payment by electronic funds transfer?Central Contractor Registration 52.232-36, Payment by third party 52.233-3, Protest after award 52.233-4, Applicable law for breach of contract claim 52.247-34, F.O.B Destination 52.252-2, Clauses Incorporated By Reference (http://farsite.hill.af.mil); 52.252-6, Authorized Deviations in Clauses 252.225-7001, Buy American Act and balance of payments program 252.225-7002, Qualifying country sources as subcontractors 252.232-7003, Electronic submission of payment requests 252.247-7023, Transportation of Supplies by Sea, Alt III 252.212-7001(DEV), Contract terms and conditions required to Implement Statutes or Executive Orders applicable to Defense acquisitions of Commercial Items 252.204-7004 (Alt A), Required Central Contractor Registration (CCR)- (Nov 03) H-850, Wide Area Work Flow (WAWF) DODAAC and email distribution table SF 1449 the following codes will be required to route your invoices and additional emails correctly through WAWF. Invoice Type: INVOICE AND RECEIVING REPORT (COMBO) *Contract Number: See Block #2 of the award *Delivery Order: See Block #4 of the award if applicable *Issue Date: See Block #3 of the award *Issue DODAAC: See Block #9 of the award *Admin DODAAC: See Block #16 of the award Inspected By DODAAC/Ext: F1T1DG *Ship To Code/Ext: See Contract Line Item Ship From Code: *Pay DODAAC: See Block #18a of the award. EMAIL NOTIFICATIONS: betty.guillot@eglin.af.mil. Payments may be expedited electronically 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. To view the provisions and clauses in full text, visit the web site (http://farsite.hill.af.mil). Vendors must be registered in Central Contractor Registration (www.ccr.gov) before award can be made. The quote format is at the discretion of the offeror. All responses must be received no later than 4:00 P.M., Central Standard Time on 8 December 2006. Send all quotations to Betty Guillot via e-mail at betty.guillot@eglin.af.mil; or to 205 West D. Avenue, Suite 541, Eglin AFB, FL 32542-6864, or by facsimile to 850-882-1680.
 
Place of Performance
Address: 101 E DAYTONA RD., STE 148, BUILDING 85, EGLIN AFB, FL
Zip Code: 32542
Country: UNITED STATES
 
Record
SN01186602-W 20061129/061127220314 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.