Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2008 FBO #2382
SOLICITATION NOTICE

58 -- Tap Upgrades

Notice Date
6/2/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, AF ISR Agency Contracting Div, 102 Hall Blvd, Ste 258, San Antonio, Texas, 78243-7091, United States
 
ZIP Code
78243-7091
 
Solicitation Number
F2MUTS8095A005
 
Archive Date
6/20/2008
 
Point of Contact
Douglas E Pohlman, Phone: 210-977-6304
 
E-Mail Address
douglas.pohlman@lackland.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The Air Force ISR Agency Contracting Branch at Lackland AFB, TX is soliciting quotes for the purchase of a Distributed Filter Tap. This procurement is being conducted under Simplified Acquisition Procedures (SAP) and Other Than Full and Open Competition in accordance with (10 U.S.C. 2304(c)(1) (Brand Name ONLY) FAR 6.302-1(a)(2). The brand required is VSS Monitoring. The reason for this brand name only requirement is that is compatible with existing equipment. No other brand will be considered or accepted.This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Therefore, this synopsis shall serve as a request for quote (RFQ) numbered F2MUTS8095A005. CLIN 0001- 2 - Vf_V8.8CC-F-AF VSS Monitoring 10/100/1000 8x8 Distributed Filter Tap, CLIN 0002 - 10 - Vf_V-C-2S VSS Monitoring 2 Slot Rackmount Chassis for 19" Rack, CLIN 0003 - Ground Shipping. All items are to be delivered to Air Force ISR Agency, 102 Hall Blvd Ste 217, San Antonio, TX 78243, Attn: SrA Stephen Colegrove (210)-925-3668. Offerors are required to provide the unit and extended prices. This requirement is a set-aside for small business. The North American Industrial Classification (NAICS) code for this acquisition is 334220, total number of employess 750. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-18 (effective 5 July 2007). The following provisions/clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-4, Contract Terms and Conditions -- Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Mar 2007). FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-- Commercial Items (Mar 2007) (Deviation), FAR 52.212-2, Evaluation -- Commercial Items applies. Offerors are to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their offer. DFARS 252.204-7004, REQUIRED CENTRAL CONTRACTOR REGISTRATION (NOV 2001) APPLIES. AWARDS CANNOT BE MADE TO CONTRACTORS WHO ARE NOT REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION AT TIME OF AWARD. FIRMS THAT RECOGNIZE AND CAN PROVIDE THE REQUIREMENT DESCRIBED ABOVE ARE ENCOURAGED TO IDENTIFY THEMSELVES AND PROVIDE THE SUPPORTING EVIDENCE DESCRIBED HEREIN. OFFERORS, OTHER THAN BRAND NAME, ARE ENCOURAGED TO SUBMIT COMMERCIAL LITERATURE DESCRIBING THEIR OPERATIONS. OFFERORS MUST PROVIDE INFORMATION ON THEIR PAST PERFORMANCE TO INCLUDE CONTRACT OR ORDER NUMBERS, REFERENCES (NAMES) AND PHONE NUMBERS. OFFERORS MUST ALSO SUBMIT A TECHNICAL PROPOSAL DESCRIBING HOW THEIR PRODUCT(S) MEETS THE REQUIREMENT OUTLINED ABOVE. THE GOVERNMENT WILL MAKE AN AWARD TO THE RESPONSIBLE OFFEROR WHOSE OFFER CONFORMS TO THIS REQUIREMENT AND IS CONSIDERED TECHNICALLY ACCEPTABLE, CONSIDERING PRICE AND PAST PERFORMANCE, AS FOLLOWS: 1) A DECISION ON THE TECHNICAL ACCEPTABILITY SHALL BE MADE. ONLY THOSE OFFERORS DETERMINED TO BE TECHNICALLY ACCEPTABLE WILL BE CONSIDERED FOR AWARD. 2) ALL TECHNICALLY ACCEPTABLE OFFERORS WILL THEN BE RANKED BY EVALUATED PRICE. AWARD WILL BE MADE TO THE OFFEROR WHOSE OFFER REPRESENTS THE BEST VALUE FOR THE GOVERNMENT. ALL RESPONSES RECEIVED BY THE DUE DATE WILL BE CONSIDERED BY THE GOVERNMENT. OFFERS ARE DUE NO LATER THAN 5 June 2008 at Air Force ISR Agency/A7KA, Attn: Doug Pohlman, 102 Hall Blvd Ste 258, San Antonio TX 78243-7034. FAX your quote to (210) 977-6414, attn: Doug Pohlman. If you have any questions call Doug Pohlman at (210) 977-6304. E-mail address: douglas.pohlman@lackland.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=88393b535cb0d0ea080d3714ae500af0&tab=core&_cview=1)
 
Place of Performance
Address: 346 TS, 404 GREIG ST, BLDG 178, SAN ANTONIO, Texas, 78226, United States
Zip Code: 78226
 
Record
SN01584868-W 20080604/080602220246-88393b535cb0d0ea080d3714ae500af0 (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.