Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2007 FBO #2043
SOLICITATION NOTICE

66 -- Transducer, Air Data

Notice Date
6/29/2007
 
Notice Type
Solicitation Notice
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Tinker OC-ALC - (Central Contracting), 3001 Staff Drive, Ste 1AG76A, Tinker AFB, OK, 73145-3015, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA810307R0349
 
Response Due
7/20/2007
 
Archive Date
8/31/2007
 
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 announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Purchase Request number is FD2030-07-81351. Combination synopsis/solicitation number is FA8103-07-R-0349. The solicitation is a request for proposal (RFP). Closing date for quotations will be received at the issuing office until 4:00 PM on 20 Jul 2007. A list of qualified sources is as follows: Honeywell Inc./Air Transport (Cage: 58960). The solicitation document, incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 97-20 (FAC). The North American Industry Classification System Code (NAICS) is 336413. This is a requirement for Line Item 0001, NSN: 6610-01-535-3230, P/N: 4091793-901. NOUN: Computer, Air Data. Dimensions: Maximum weight 10.2 lbs, height 4.440 inches, width 5.120 inches, length 12.600 inches. Material: Aluminum, iron, copper, plastic, and silicon. Function: Converts air pressure input to digital output signals to CADC. Application: B1B. Government is requesting a Firm-Fixed Priced, Indefinite Delivery Indefinite Quantity contract with an ordering period of five (5) years. The initial order quantity will for 62 ea. Best Estimated Qty: 342 ea (Min. Qty 62 ea/Maximum 297 ea). Required delivery schedule is as follows: 62ea (Min: 10/Max: 131) to be delivered on or before 31 Dec 2007. The required delivery for follow-on orders is as follows: 20 each per month, 9 months after Receipt of Order (ARO), until completion of order. The estimated quantities are as follows: 1st Year ? 62 ea, 2nd Year ? 64 ea, 3rd Year ? 72 ea, 4th Year ? 72 ea, 5th Year ? 72 ea. Inspection/Acceptance: Origin. Higher Level Contract Quality Requirements: ISO 9001:2000 (or equivalent). Destination is Tinker AFB OK (FB2039). It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: Instructions to Offerors-Commercial Items (Oct 2000); FAR 52.212-2, Evaluation- Commercial Items (Jan 1999): (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) price; (ii) technical capability of the item offered to meet the Government requirement; Cost/Price and Technical capability are of equal importance. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award; FAR 52.212-3, Offerors, Representations and Certifications- Commercial Items (Jul 2002); FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2002); FAR 52.212-5, Contract Terms and Conditions Required to Implements Statues or Executive Orders-Commercial Items (May 2002); (FAR 52.222-26, Equal Opportunity (Apr 2002); FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Dec 2001); FAR 52.222-36, Affirmative Action for Workers with Disabilities(Jun 1998); FAR 52.222-37, Employment Reports or Disabled Veterans and Veterans of the Vietnam Era (Dec 2001); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999); FAR 52.247-29, FOB Origin (Jun 1988); FAR 52.252-4, Alterations in Contract (APR 1984); DFARS 252.212-7001, Contract Terms and Conditions Required to Implements Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dec 2002); DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate (Sep 1999); DFARS 252.225-7001, Buy American Act and Balance of Payments Program (Mar 1998); DFARS 252.225-7028, Exclusionary Policies and Practices of Foreign Government (Dec 1991); DFARS 252.225-7035, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program Certificate (Mar 1998); DFARS 252.225-7036, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payment Program (Mar 1998); DFARS 252.227-7037, Validation of Restrictive markings on Technical Data (Sep 1999); FAR 52.225-13 Restrictions on Certain Foreign Purchases; DFARS 252.225-7012, Preference for Certain Domestic Commodities; DFARS 252.225-7014, Preference for Domestic Specialty Metals (Deviation); DFARS 252.225-7014, Preference fore Domestic Specialty Metals ? Alternate I (Deviation). The full text of any clause can be found at: http//: farsite.hill.af.mil. Quotes should be mailed to: Michael Treanor 848CBSG/PKF, 3001 Staff Drive Ste 1AC1 98C, Tinker AFB OK 73145. Contact Michael Treanor at 405-739-5410 for information regarding this solicitation. Fax number is 405-739-4417. E-mail address: Michael.treanor@tinker.af.mil. Note: 22.
 
Record
SN01331597-W 20070701/070629230958 (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.