Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2007 FBO #2123
SOLICITATION NOTICE

25 -- Vehicle Emergency Lights

Notice Date
9/17/2007
 
Notice Type
Solicitation Notice
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 15 CONS - Hickam, 90 G Street, Hickam AFB, HI, 96853-5230, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F2C3P57242A001
 
Response Due
9/21/2007
 
Archive Date
9/28/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation prepared in accordance with 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. Offerors are responsible for monitoring this site for the release of any amendments or other pertinent information. This solicitation will be issued as a request for quote (RFQ) under the solicitation number F2C3P57242A001. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-20, Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 2007-0906, and Air Force Acquisition Circular (AFAC) 2007-0823. This acquisition is a small business set aside under NAICS code 332312 and small business size standard of 500 employees. This RFQ contains five (4) line items. The items are on a firm fixed price basis and all items can be brand name or equal. The line items are as follows: CLIN 0001: Furnish and Install emergency lighting and equipment on a 2007 Jeep Cherokee. 1 each 50" Edge Ultra Freedom Super-LED; 2 each 2 Blue Inboard Super-LED Lightheads; 1 each Two Halogen Flashing Take-Down Lights; 1 each Alley Lights; 1 each 6 Linear Super-LED Traffic Advisor; 1 each # 61 & 72 Mounting Kit; 1 each Centcom Siren / Lightbar Controller; 1 each 20" Microphone Extension Cable; 1 each Nylon Composite Speaker; 1 each Mounting Bracket; 2 each Console Clip; 2 each Console Mic Clip Bracket; 1 each 4" (1PC) Mounting Bracket; 1 each Freight Charges; 1 each Misc. Shop Supplies; 11 hours Installation. Unit Price $__________ CLIN 0002: Furnish and Install emergency lighting and equipment on a 2007 Ford F-150 Super Crew Cab. 1 each 55" Edge Ultra Freedom Super-LED; 2 each 2 Blue Inboard Super-LED Lightheads; 1 each Two Halogen Flashing Take-Down Lights; 1 each Alley Lights; 1 each 6 Linear Super-LED Traffic Advisor; 1 each # 61 & 72 Mounting Kit; 1 each Centcom Siren / Lightbar Controller; 1 each 20" Microphone Extension Cable; 1 each Nylon Composite Speaker; 1 each Mounting Bracket; 1 each 8" Deep 40 Degree Angle; 1 each 1/2" Filler Plate Console; 1 each 1" Filler Plate Console; 2 each Console Clip; 2 each Console Mic Clip Bracket; 1 each 4" (1PC) Mounting Bracket; 1 each Freight Charges; 1 each Misc. Shop Supplies; 11 hours Installation. Unit Price $__________ CLIN 0003: Furnish and Install emergency lighting and equipment on a 2003 Chevrolet 2500 Van. 1 each 55" Edge Ultra Freedom Super-LED; 2 each 2 Blue Inboard Super-LED Lightheads; 1 each Two Halogen Flashing Take-Down Lights; 1 each Alley Lights; 1 each 6 Linear Super-LED Traffic Advisor; 1 each # 61 & 72 Mounting Kit; 1 each Centcom Siren / Lightbar Controller; 1 each 20" Microphone Extension Cable; 1 each Nylon Composite Speaker; 1 each Mounting Bracket; 1 each 8" Enclosed 8" Deep 40 Degree Angle; 1 each 1/2" Filler Plate Console; 1 each 1" Filler Plate Console; 2 each Console Clip; 2 each Console Mic Clip Bracket; 1 each 4" (1PC) Mounting Bracket; 1 each Freight Charges; 1 each Misc. Shop Supplies; 11 hours Installation. Unit Price $__________ CLIN 0004: Furnish and Install emergency lighting and equipment on a 2004 Ford Explorer. 1 each 50" Edge Ultra Freedom Super-LED; 2 each 2 Blue Inboard Super-LED Lightheads; 1 each Two Halogen Flashing Take-Down Lights; 1 each Alley Lights; 1 each 6 Linear Super-LED Traffic Advisor; 1 each # 61 & 72 Mounting Kit; 1 each Centcom Siren / Lightbar Controller; 1 each 20" Microphone Extension Cable; 1 each Nylon Composite Speaker; 1 each Mounting Bracket; 1 each 12" Console Adapts; 1 each 1/2" Filler Plate Console; 1 each 1" Filler Plate Console; 2 each Console Clip; 2 each Console Mic Clip Bracket; 1 each 4" (1PC) Mounting Bracket; 1 each Freight Charges; 1 each Misc. Shop Supplies; 11 hours Installation. Unit Price $__________ The above-referenced line items are for Vehicle Emergency Lights for four vehicles at Bellows AFS, Hawaii. Subject solicitation is for the procurement of the lighting equipment/parts and installation. Offerors responding to this requirement must include specification data sheet and/or other pertinent literature on proposed items offered. Offerors may propose an alternate proposal if offering more than one solution. Any questions in regards to this solicitation must be submitted NLT 19 Sept 2007 to ensure Government ample response time and timely submittals of proposals. The delivery date is 30 days after receipt of award. The place of delivery, acceptance and FOB destination point is 15 SPTG, 800 SCOTT CIRCLE, BLDG 1110 HICKAM AFB HI 96853. Acceptance will be performed by the Government. All referenced Federal Acquisition Regulation (FAR) clauses and provisions in this solicitation may be accessed via the internet at https://farsite.hill.af.mil. The FAR provision 52.211-6, Brand Name or Equal (Aug 1999), applies to this acquisition. The FAR provision 52.212-1, Instructions to Offerors - Commercial Items (SEP 2006), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) All quotes are due on or before 1500 hrs, Hawaii Standard Time (HST), Friday, 21 September 2007. Submission may be made via email to gregory.love@hickam.af.mil, via parcel mail to Department of the Air Forces, Pacific Air Forces, 15 CONS, ATTN: SSgt Gregory Love, 90 G Street, Hickam AFB, HI 96853-5230, or via facsimile at (808) 448-2911. Quotes must reference the solicitation number. (b)(4) Submit a technical description of the items being offered. (k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within three (3) days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. In accordance with FAR clause 52.212-2 (a), Evaluation - Commercial Items (JAN 1999), the Government will award a contract resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation will be most advantageous to the Government based on price. Offerors must comply with the provision 52.212-3, Offeror Representations and Certifications - Commercial Items (AUG 2007) and ALT I (APR 2002). The FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items (FEB 2007), applies to this acquisition. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (AUG 2007), is applicable to this procurement along with the following addenda: 52.219-6, Notice of Total Small Business Aside (Jun 2003) 52.219-28, Post Award Small Business Program Representation (Jun 2007) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Jan 2006) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) 52.222-50, Combating Trafficking in Persons (Aug 2007) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) FAR clause 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007), is applicable to this acquisition along with the following addenda:. 252.225-7001, Buy American Act and Balance of Payments Program (JUN 2005) 252.227-7015 Technical Data - Commercial Items (Nov 1995) 252.227-7037 Validation of Restrictive Markings on Technical Data (Sep 1999) 252.232-7003 Electronic Submission of Payment Requests (Mar 2007) 252.247-7023 with (Alt III) Transportation of Supplies by Sea Alternate III (May 2002) The following additional DFARS provisions and clauses also apply: 252.232-7010, Levies on Contract Payments (Dec 2006) 252.211-7003, Item Identification and Valuation 252.225-7000 Buy American Act--Balance of Payments Program Certificate (JUN 2005). (a) Definitions. Domestic end product, foreign end product, qualifying country, qualifying country end product, and United States have the meanings given in the Buy American Act and Balance of Payments Program clause of this solicitation. (b) Evaluation. The Government (1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and (2) Will evaluate offers of qualifying country end products without regard to the restrictions of the Buy American Act or the Balance of Payments Program. (c) Certifications and identification of country of origin. (1) For all line items subject to the Buy American Act and Balance of Payments Program clause of this solicitation, the offeror certifies that (i) Each end product, except those listed in paragraphs (c)(2) or (3) of this provision, is a domestic end product; and (ii) Components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country. (2) The offeror certifies that the following end products are qualifying country end products: Line Item Number __________________ Country of Origin __________________ Line Item Number __________________ Country of Origin __________________ (3) The following end products are other foreign end products: Line Item Number ________________ Country of Origin (If known) _______________________ Line Item Number ________________ Country of Origin (If known) _______________________ (End of provision) Point of Contact SSgt Gregory Love, Contract Specialist, Phone 808-448-2970, Fax 808-448-2911, Email gregory.love@hickam.af.mil. Alternate: TSgt Anthony Weedin, Contracting Officer, Phone 808-448-2972, Email anthony.weedin@hickam.af.mil.
 
Place of Performance
Address: 800 SCOTT CIRCLE, BLDG 1110 HICKAM AFB HI
Zip Code: 96853
Country: UNITED STATES
 
Record
SN01409532-W 20070919/070917221134 (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.