Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2007 FBO #2105
SOLICITATION NOTICE

61 -- Key Encoder and Programmer

Notice Date
8/30/2007
 
Notice Type
Solicitation Notice
 
NAICS
423440 — Other Commercial Equipment Merchant Wholesalers
 
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
F2X3B57208A04
 
Response Due
9/6/2007
 
Archive Date
9/21/2007
 
Description
THIS REQUIREMENT IS SUBJECT TO THE AVALIABILITY OF FUNDS. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a quote is being requested and a written solicitation will not be issued. Purchase Request number is F2X3B57208A004 as a Request for Quote (RFQ) using Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-04 (8 Jun 2005) and Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20050606. It is the offeror?s responsibility to be familiar with applicable clauses and provisions. This acquisition is for the purchase of: CLIN 0001 = Quantity: 2 each; Portable Programmer, compatible with Onity HT22,HT24 and HT28 smart electronic locking systems. Data transfer between the Onity system and off line devices. Part#: PH100-200 CLIN 0002 = Quantity: 3 each; Manual Insertion Encoder, Motorised, HT22M, HI/L interfaces with any PMS system; Reads/writes cards on track#3; battery back up; keep in non volatile memory all the hotel cards codes; Part#: PH100-400(KHF-HT22M) *INCLUDE SHIPPING COSTS AS REQUIRED Vendor must provide an estimated time of delivery. Vendor shall submit open market quotes for all or none of the CLIN?s listed or equal. If providing a quote with or equal line items, vendor shall provide full specifications details for comparability. Please submit signed and dated quotes on company letterhead with unit prices, unit total prices and total offer amount. The Government will make an award to the lowest priced, responsible, contractor whose quote conforms to the solicitation. The contractor must be registered in the Central Contractor Registration database at http://www.ccr.gov/ and Wide Area Workflow at https://wawf.eb.mil/. Offerors must also be registered in the Online Representations and Certifications system at http://orca.bpn.gov and provide a completed DFARS 252.225-7000, Buy American Act-Balance of Payment Program Certificate (Jun 2005) with the quote. The acquisition is 100% total set-aside for small business concerns. The North American Industrial Classification System Code is 561621 with a small business size standard of $11.5M. The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant purchase order; FAR 52.212-1, Instructions to Offerors, Commercial Item (Jan 2006) and 52.215-5, Facsimile Proposals (Oct 1997) applies to this acquisition. Clauses and provisions may be accessed via the internet, http://farsite.hill.af.mil. The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Sep 2005) is incorporated into this RFQ and is addended to add the following clauses: FAR 52.204-7 Central Contractor Registration (Oct 2003). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jun 2006). The following additional FAR clauses under paragraph (b) are applicable: 52.219-6, Notice of Total Small Business Set-Aside (June 2003); 52.219-8, Utilization of Small Business Concerns (May 2004); 52.222-3, Convict Labor (June 2003); 52.222-19, Child labor (Jan 2006); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002); 52.222-36, Affirmative Action for Workers With Disabilities (June 1998); 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 (Jul 2006) applies to this acquisition, and specifically the following clauses under paragraphs (a) and (b) are applicable: 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005); and 252.247-7023, Transportation of Supplies by Sea (May 2002). The following DFARS clauses are hereby incorporate into this solicitation: 252.225-7002, Qualifying Country Sources and Subcontractors (Apr 2003); 252.225-7014, Alternate I (Jun 2005); DFARS 252.204-7004, Alternate A (Nov 2003). AFFARS 5352.223-9001 Health and Safety on Government Installations applies (Jun 1997). The Defense Priorities and Allocations System rating is C9E. A due date for offers will be Noon, central time, 6 SEPT 2007. Offers may be mailed to 42d Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB AL 36112-6334 or faxed to 334-953-3341, ATTN: 1LT JOEL KURZDORFER, or emailed to joel.kurzdorfer@maxwell.af.mil . Reference the Purchase Request number. Please email or fax any questions/comments to 1LT JOEL KURZDORFER (fax and email information above).
 
Place of Performance
Address: 50 LENAY PLAZA SOUTH, MAXWELL AFB, AL
Zip Code: 36112
Country: UNITED STATES
 
Record
SN01390612-W 20070901/070830221242 (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.