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
MODIFICATION

66 -- GPS Survey Equipment

Notice Date
9/19/2007
 
Notice Type
Modification
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Altus AFB Contracting Squadron, 303 J Ave Bldg 302, Altus AFB, OK, 73523-5132, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F1B3R27218A002
 
Response Due
9/14/2007
 
Archive Date
9/29/2007
 
Point of Contact
Joshua Stone, Contract Administrator, Phone 580-481-6217, Fax 580-481-5138, - Charles Peterson, Chief, Civil Engineer Support Flight, Phone 580-481-5838, Fax 580-481-5138,
 
E-Mail Address
joshua.stone@altus.af.mil, charles.peterson@altus.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
*******This solicitation is being cancelled as the requirement has changed. The solicitation will be reissued as a "Brand Name Only" acquisition. The reason for this is the Trimble R6 system is what our Airman use to train in their technical schools. It is also the system that is in the deployment kits for when they deploy. For this reason we want to have the same system available to them at home station so as to achieve continuity and to allow them to train futher on the equipment that will be used in a deployed environment. **** This is a combined synopsis/solicitation for commercial items prepared in accordance with 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 F1B3R27155A002 is hereby issued as a Request for Quote. This acquisition is 100% set aside for Small Business concerns and is under North American Industry Classification Standards (NAICS) code 334511, with less than 750 employees. This solicitation requires the purchase, delivery, and installation of the following items: 0001: Trimble R6 Rover, 450-470 Rcv Only (Item #R6201-51-66) OR EQUAL ? Qty. 2 0002: Trimble R6 Base, RTK/PP, 450-470 Rcv (Item #R6200-91-66) OR EQUAL ? Qty. 1 0003: Trimble R6 410-470 MHZ transmit upgrade (TX/RX) (Item #52426-00) OR EQUAL - Qty. 1 0004: UPG Factory, R6 Glonass (Item #52426-80) OR EQUAL - Qty. 3 0005: Trimmark 3 Base Set, 450-470 tation Radio, 450-470 MHz (Item #39000-25-46) OR EQUAL - Qty. 1 0006: TSC2, SC, no radio (Item #TSC216) OR EQUAL - Qty. 2 0007: TSC2 GPS Accessory Kit (Item #56044-00) OR EQUAL - Qty. 2 0008: Mount, Mag, Triple, SS (Item #5114-01) OR EQUAL - Qty. 2 0009: Adapter, 5/8-11, female/QR (Item #5187-00) OR EQUAL - Qty. 3 0010: Rover Rod, 2M, Carbon Fiber, Snap-Loc (Item #5128-20) OR EQUAL - Qty. 2 0011: Bipod, TRB, ?-13SS, Universal fly, red, yel, for, fpk (Item #5217-04-YEL) OR EQUAL - Qty. 2 0012: Tripod, antenna, GPS, Adjustable fly, yel (Item #5119-00-XXX) OR EQUAL - Qty. 1 0013: Tripod, heavy-duty wood, scrnap-loc (Item #1161) OR EQUAL - Qty. 1 All quotes need to be broken down in the format above. Any quotes received with more or less line items will be returned and asked to be revised. Please include any shipping charges in the line item prices. This is an FOB Destination only purchase. Quotes with shipping charges displayed will be returned for revision. This acquisition utilizing simplified procedures authorized by FAR 12.603, Streamlined Solicitation for Commercial Items. One award will be made based on price and delivery time. All quotations shall be submitted through the incorporation of FAR Clause 52.212-1, Instructions to Offerors -Commercial Items, (Jan 2004) by reference. This clause is amended to read: Submit signed and dated offer to 97 CONS/LGCB, 303 Ave J, Bldg. 302, Altus AFB OK 73523-5132 at or before 1400 (2:00 P.M.) CST, 14 Sep 2007. Quotations may be sent via mail to the above-stated address, faxed to (580) 481-5138, or submitted by e-mail to: joshua.stone@altus.af.mil. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-08 effective 30 June 2007. The following clauses and provisions shall also be included in this solicitation: FAR 52.252-2,Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/ (End of Clause). FAR 52.203-6, Restrictions on Subcontractor Sales to the Government ? Alternate 1 (SEP 2006); and FAR 52.203-7, Anti-Kickback Procedures (JUL 1995). FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (NOV 2006), shall also be incorporated. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2007), is incorporated by reference and applies to this acquisition. FAR 52.212-4(c) is hereby tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes (such as changes in paying office, appropriation data, etc) which may be changed unilaterally by the Government. FAR 52.252-6, Authorized Deviations in Clauses (APR 1984), (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of ?(DEVIATION)? after the date of the clause. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUN 2007) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor?s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause. (i) 52.219-8, Utilization of Small Business Concerns (May 2004)(15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998)(29 U.S.C. 793). (v) 52.222-39, Notification of Employee rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965, as Amended (Jul 2005), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.) (vii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006)(46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64, (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) FAR 52.204-7, Central Contractor Registration (JUL 2006); FAR 52.209-6, Protecting the Government?s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (SEP 2006); FAR 52.211-6, Brand Name or Equal; FAR 52.212-2, Evaluation ? Commercial Items; FAR 52.219-6, Notice of Total Small Business Set-Aside (JUN 2003); FAR 52.219-28, Post Award Small Business Program Representation (June 2007); FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (E.0.11246) (MAR 2007); FAR 52.222-35, Equal Opportunity for Special Disabled, Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, (SEP 2006); FAR 52.222-36, Affirmative Action for Handicapped Workers (29 V.S.C. 793) (JUL 2005); FAR 52.225-13 Restriction on Certain Foreign Purchases (FEB 2006); FAR 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration (31 V.S.C. 3332) (OCT 2003); FAR 52.233-1 Disputes; FAR 52.233-3, Protest after Award (Aug. 1996); FAR 52.247-34, F.O.B. Destination (NOV 1991); FAR 52.225-1, Buy American Act ? Supplies (June 2003); FAR 52.225-3, Buy American Act -- Free Trade Agreements--Israeli Trade Act (Jan 2004); FAR 52.225-4, Buy American Act -- Free Trade Agreements--Israeli Trade Act Certificate (Nov 2006); FAR 52.225-5, Trade Agreements (Nov 2006); FAR 52.253-1, Computer Generated Forms (JAN 1991); FAR 52.252-6, Authorized Deviations in Clauses (Apr 1984). The DFARS clauses and provisions that apply to this solicitation are: DFARS 252.204-7004, Required Central Contractor Registration (NOV 2003); DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (OCT 2006); DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate (JUN 2005); DFARS 252.225-7020, Trade Agreement Certificate (JAN 2005); DFARS 252.225-7035, Buy American Act-NAFTA Implementation Act-Balance of Payments Program Certificate (OCT 2006); DFARS 252.232-7003, Electronic Submission of Payment Request, (MAR 2007); and DFARS 252.204- 7004, ALT A Required Central Contractor Registration (NOV 2003). In addition, AFFARS 5352.201-9101, Ombudsman (AUG 2005); AFFARS 5352.242-9000, Contractor Access to Air Force Installations (JUN 2002) also applies to this Solicitation. Award shall be made only to contractors who have registered and are current in the Central Contractor Registration (CCR) database. CCR registration can be accomplished online at: http://www.ccr.gov. Additional information concerning CCR registration may be obtained by calling: 888-227-2423. In addition, each offeror shall ensure their registration on the Online Representations and Certifications (ORCA) website: http://orca.bpn.gov. Contractor MUST be registered in CCR and ORCA under the NAICS code for this solicitation to be considered for award. Failure to do this will result in a forfeiture of your submittal. When submitting a bid Vendors must submit in writing that they are registered under the NAICS code for this solicitation, as well as certify that they are a small business concern under the NAICS code for this Solicitation (per FAR 52.219-28). The single source of entry for all documentation pertaining to this acquisition will be on the government procurement website at http://www.fbo.gov. All interested parties are responsible for checking this website to ensure they have the most current information (i.e. amendments issued, changes to the requirement, etc). Points of contact include: Joshua Stone, Contract Administrator, 580-481-6217; and Bert Peterson, Contracting Officer, 580-481-5838. Please direct all questions concerning this acquisition to 97 CONS/LGCB, 303 J Ave, Bldg. 302 Altus AFB, OK 73523-5132 (Attn: A1C Joshua Stone). You may also contact said P.O.C. via phone: (580) 481-6217, fax: (580) 481-5138, or e-mail: joshua.stone@altus.af.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (19-SEP-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 22-SEP-2007. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Place of Performance
Address: Altus AFB, OK
Zip Code: 73523
Country: UNITED STATES
 
Record
SN01415747-W 20070924/070922233208 (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.