Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2007 FBO #2050
SOLICITATION NOTICE

75 -- Telephone Products

Notice Date
7/6/2007
 
Notice Type
Solicitation Notice
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South Bldg 804, Maxwell AFB, AL, 36112-6334, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-FA3300-07-Q-ATP120
 
Response Due
7/22/2007
 
Archive Date
8/30/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, 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. Solicitation Number FA3300-07-Q-ATP120 is hereby issued as a Request for Quote using Simplified Acquisition Procedures under FAR Part 13.5. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-17 (15 May 2007) and Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20070531. It is the offeror?s responsibility to be familiar with applicable clauses and provisions. This requirement is for the HQ CEPME. The acquisition is being solicited on an unrestricted basis. The North American Industrial Classification Code is 334210 with a small business employee size standard of 1,000 employees. This acquisition is for the purchase of the following items: CLIN 0001: ATP 2001 Telephone handset interface, Qty: 30 each CLIN 0002: M31 Low Profile Push to talk microphone with cable, Qty: 90 each This is an all or nothing requirement, you must be able to quote and provide all items requested. QUOTATION PREPARATION INSTRUCTIONS: To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this solicitation. Offeror must provide a price for CLINs 0001 thru 0002 and a proposed delivery date. BASIS FOR AWARD: Award will be made based on lowest priced offeror who can provide all of the items listed in CLINs 0001 - 0002. The following clauses and provisions are incorporated and are to remain in full force in any resultant purchase order: The provision at FAR 52.212-1, Instructions to Offerors, Commercial Items (Sep 2006), applies to this acquisition and is addended to delete paragraphs (e) Multiple offers and paragraph (h) Multiple Awards. Submit proposals via email or facsimile to the information below. Offerors must include a complete copy of the 52.212-3 Alt I, Offeror Representations and Certifications Commercial Items (Nov 2006) and DFARS 252.225-7000 with the quotation. FAR clause 52.212-4 (Feb 2007), Contract Terms and Conditions Commercial Items; applies to this acquisition and is addended to add the following FAR clauses: Add paragraph (u), FAR clause 52.204-7 Central Contractor Registration (Jul 2006); Add paragraph (v), FAR 52.211-6 Brand Name or Equal (Aug 1999) Add paragraph (w) DFARS 252.204-7004 Alternate A (Nov 2003); Add paragraph (x) DFARS 252.225-7001 (JUN 2005); Buy American Act - Balance of payments program certificate; Add paragraph (y) DFARS 252.225-7002 Qualifying Country Sources and Subcontractors (Apr 2003); Add paragraph (z) AFFARS 5352.201-9101 Ombudsman (Aug 2005). The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Mar 2007), applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable. 52.222-3 Convict Labor, (Jun 2003) 52.222-19 Child Labor, (Jan 2006) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Sep 2006) 52.222-36 Affirmative Action for Workers With Disabilities (Jun 1998) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.232-33 Payment by Electronic Funds Transfer - - Central Contractor Registration (Oct 2003) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2007) applies to this acquisition and specifically the following additional DFAR clauses under paragraphs (a) and (b) are applicable: 252.225-7001 Buy American Act and Balance of Payments Programs (Jun 2005) 252.232-7003 Electronic Submissions of Payment Requests (Mar 2007) 252.247-7023 Transportation of Supplies by Sea (May 2002) The CCR number must be obtained before award can be made. To be considered for this award, Offerors must be registered in the Central Contractor Registered (CCR) database at www.ccr.gov and Wide Area Work Flow (WAWF) database at http://wawf.eb.mil prior to award. Lack of registration will make an Offeror ineligible for award. This notice does not obligate the Government to award the contract; it does not restrict the Government?s ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.far.gov/. All quotes must be for all items stated, partial quotes will not be considered. Only firm-fixed price offers will be evaluated. An offer using a sliding price scale or subject to escalation based on any contingency will not be accepted. Award will be made to one vendor. Responses/Offers are due 4:00pm CDST on 22 July 2007. Quotes may be submitted via email, fax or USPS. The email address for Ms. Malone is areea.malone@maxwell.af.mil (subject: FA3300-07-Q-ATP120) Quotations must meet all instructions put forth in this solicitation. Brand Name Justification: 10 Jun 2007 MEMORANDUM FOR 42 CONTRACTING SQUADRON FROM: AFIADL, OL-A 2950 Q STREET BLDG 645 WRIGHT-PATTERSON AFB OH 45433-7765 SUBJECT: SOLE SOURCE JUSTIFICATION 1. The purpose of this acquisition is for the purchase of ATP products telephone conferencing equipment with microphones for use with the Air Technology Networks Satellite Distance Learning system. These telephone transcievers are specifically designed for use in our satellite network. They automatically compensate for the 1.5 second satellite delay and eliminate audio feedback into the network when downlink locations talk over the telephone link. A.T. Products is the manufacturer of the ATP 2001 telephone handset interface and M31 Low Profile PTT microphone, and they hold proprietary rights to their products and licensing of software. 2. Only the ATP products ATP2001 Conference call receiver can provide the feedback control capability. Further, these capabilities are proprietary to AT Products. IAW AFI 33-117; OL-A AFIADL is the Circuit Management Office for the Air Technology Network. An AF Form 3215 (CSRD) is not required. Chief Engineer, Operating Location A Air Force Institute for Advanced Distributed Learning
 
Place of Performance
Address: Maxwell Air Force Base, Alabama
Zip Code: 36112
Country: UNITED STATES
 
Record
SN01335921-W 20070708/070706220628 (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.