Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2007 FBO #2128
SOLICITATION NOTICE

16 -- Parachutes

Notice Date
9/22/2007
 
Notice Type
Solicitation Notice
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Lackland AFB - 37th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, TX, 78236-5253, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
7TC702
 
Response Due
9/25/2007
 
Archive Date
10/10/2007
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format is Subpart 12.6, as supplemental 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. Issued as a Request for Quotations (RFQ) and the reference number is 07TC702. This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-20 and DFARS change notice 20070906. The NAICS code is 339999. The size standard is 500 employees. The offeror must quote on an all or none basis, state discount terms, and warranty information. The contractor shall provide the following items: Item 0001: QTY-200 EA, SF-10A MANEURVERABLE TROOP PARACHUTE ASSEMBLY WITH MC1 COMPONENTS; MANUFACTUER: AIRBORNE SYSTEMS NORTH AMERICA, PART #: 742333-503, OR EQUAL. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Central Contractor Registration (CCR) database, no exceptions. To register, please visit http://www.ccr.gov. If 52.212-3, Offeror Representations and Certifications--Commercial Items have been completed online at http://orca.bpn.gov provide DUNS code. Please include Payment Terms, FOB Destination, Availability, and how long it will take to deliver items to Lackland AFB, TX. The following clauses and provisions are applicable to this solicitation: FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-2 Evaluation of Commercial Items applies-Quotes will be evaluated based on most advantageous to the Government, price, and other factors considered. The following factors are stated in relative importance and shall be used to evaluate quotes: 1.technical capability of the item offered to meet Government requirements; 2. price; 3. delivery. For this procurement, the Best Value determination will be made based on a Lowest Price Technical Acceptable (LPTA) approach. Factor 1: Technical Acceptability: The Government will first evaluate the Technical Acceptability of all timely quotes. Vendors shall quote on all or none basis. In order to be determined Technically Acceptable for this factor, vendors must provide a quote on the brand name specified in the line items or on an equal substitute that meets the needs of the Government. ?OR EQUAL? item quotes must list the manufacturer and part number and must be accompanied by literature and/or a brochure detailing the specifications of the equal item including photographs and/or drawings. Factor 2: Price Evaluation: Next, the Government will conduct a price evaluation of all Technically Acceptable quotes. The price evaluation will consist of a comparison of all Technically Acceptable quotes submitted. Prices will be ranked by total evaluated price. Factor 3: Delivery: Finally, the Government will evaluate the proposed delivery schedule of all Technically Acceptable quotes (see FAR 15.304). FAR 52.212-4 Contract Terms and Conditions?Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items, 52.232-33 Payment By Electronic Funds Transfer?Central Contractor Registration, 52.233-3 Protest After Award, 52.247-34 FOB Destination, 252.232-7003 Electronic Submission of Payment Requests, 52.222-50 Combating Trafficking Persons, DFARS 252.204-7004 Alt A, Required Central Contractor Registrations, 52.212-5 (Deviation) Contract Terms and Conditions Required to Implement Statues or Executive Orders?Commercial Items, 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation), 52.252-2 Clauses Incorporated by Reference, 52.252-6 Authorized Deviations in Clauses. The full text of these clauses may be accessed electronically at this http://farsite.hill.af.mil. Responses to this RFQ may be received via fax at 210-671-1199 or email to thomas.holguin@lackland.af.mil by 25 Sep 07, by 1300 hours, Central Standard Time, at the 37th Contracting Squadron, 1655 Selfridge Ave, Lackland AFB, TX 78236-5286. Quotes should include delivery terms be marked with the reference number and should include 51.212-3 to include Alt I if applicable. Submission of quote must be in compliance with 52.212-1, Instruction to Offerors ? Commercial Items. If you have any questions, contact TSgt Thomas Holguin at 210-671-1755, thomas.holguin@lackland.af.mil or Ms. Rose E. Mora, 210-671-1752, rose.mora@lackland.af.mil.
 
Place of Performance
Address: Lackland AFB, TX
Zip Code: 78236
Country: UNITED STATES
 
Record
SN01414582-W 20070924/070922223209 (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.