Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 19, 2008 FBO #2397
SOLICITATION NOTICE

63 -- SKY WATCH FRONTIER TACTICAL TOWERS

Notice Date
6/17/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 20 CONS, 321 Cullen St, Bldg 216, Shaw AFB, South Carolina, 29152-5004
 
ZIP Code
29152-5004
 
Solicitation Number
FA4803-08-Q-A177-R
 
Archive Date
7/21/2008
 
Point of Contact
Anne N Baker,, Phone: 803-895-5350, Randall E May,, Phone: 803-895-5408
 
E-Mail Address
anne.baker@shaw.af.mil, randall.may@shaw.af.mil
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This synopsis/solicitation is unrestricted. Facsimile and electronic mail quotes will be accepted. NAICS code is 334511, size standard 750. Solicitation Number FA4803-08-Q-A177 is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-25 effective 22 April 2008. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. Period of Acceptance for Offerors: The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers. Late offers: Request for Quotations or modification of quotes received at the address specified for the receipts of offers after the exact time specified for receipt of offers will be handled in accordance with FAR 52.212-1(f). The Government intends to award one Firm Fixed Price Contract for the two contract line items (CLIN) listed below: CLIN-0001 - Sky Watch Frontier NIJ Level III Single Cab Tactical Platform Package: desert tan color; diesel-powered 5.5 KW generator, 100 gallon fuel tank, hydraulic lift, dual axle trailer with Class IV or V hitch for towing; with movable mounted 13" re-enforced desk with GFI plug, two 120v electrical receptacles for computer and electrical equipment, Upgraded AC/Harsh-duty AC, 12,000 btu, stainless steel cabinet, 208 voltage with step-down transformer, rated at ambient temp to 131 degrees; Spare Tire mounting on unit with lock nuts for each and grease gun; Safety camera - Sony HAD 1/3" Interline Transfer Color CCD w/ Electronic Auto-Iris, built-in microphone, waterproof, 7" high resolution color LCD monitor, built in speaker; Back-up parts with case (see below for details) or equal. Quantity: Ten (10) each. CLIN0002 - Sky Watch Frontier NIJ Level III Two-person Cab Tactical Platform Package: desert tan color, diesel-powered 5.5 KW generator, 100 gallon fuel tank, hydraulic lift, dual axle trailer with Class IV or V hitch for towing, regular desk 12" x 24" movable to different positions with GFI plug, two 120v electrical receptacles for computer and electrical equipment, Upgraded AC/Harsh-duty AC, 12,000 btu, stainless steel cabinet, 208 voltage with step-down transformer, rated at ambient temp to 131 degrees, Spare Tire mounting on unit with lock nuts for each and grease gun, Safety camera - Sony HAD 1/3" Interline Transfer Color CCD w/ Electronic Auto-Iris, built-in microphone, waterproof, 7" high resolution color LCD monitor, built in speaker; Back-up parts with case (see below for details) or equal. Quantity: Fifteen (15) each. Back Up Parts List: 2 each Cab Feet 1", 1 each Cab Feet 4", 1 each Relay 12v, 4 each Fuel Filter 7.5 Diesel, 1 each Switch Round Toggle Operator (in cab), 1 each Joystick Switch, 1 each Proximity Switch, 1 each Electric up/down Switch, 1 each Electric Pump Solenoid, 4 each 12v Flood Light Bulbs, 4 each 5.5 Diesel Air Filter, 4 each 5.5 Diesel Oil Filter, 1 each Start Battery, 1 each 12V Dome Light, 4 each 5.5 Generator Belts, 1 each Lock Assembly, 1 each Paddle Latch Assembly Gasket, 1 each Inside and Outside Handle Latch Assembly Kit, 1 each Black, Foam-lined 1650 Pelican Case Estimated Delivery Date: 90-120 days ARO. The contractor shall deliver all items to: FOB Destination to Shaw AFB, South Carolina 29152. Detailed specifications and any technical literature must be submitted for products offered for the Government to perform an evaluation of equal items. No further request will be made to obtain required documentation. The Government will award a single contract resulting from this solicitation to the responsive responsible offeror whose quote conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: Price and delivery. The following provisions and clauses apply to this procurement: FAR 52.204-7, Central Contractor Registration; FAR 52.204-8, Annual Representations and Certifications; FAR 52.209-6, Protecting the Government's Interest. Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors-Commercial Items. The RFQ should be submitted and shall contain the following information: RFQ Number, time specified for receipt of offers, name, address, telephone number of offeror, email address (if applicable), terms of the expressed warranty, price, any discount terms, and acknowledgement of all solicitation amendments (if applicable). FAR 52.212-2, Evaluation-Commercial Items; paragraph (a) to this provision is completed as follows: price and technical capability of the item offered to meet the Government requirement; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, paragraphs (a), (b) (5)(i) (9) (15) (16) (17) (18) (19) (20) (21) (22) (24) (31) (36), and (d); FAR 52.247-34, F.O.B. Destination; FAR 52.252-1 and 252-2, Solicitation Clauses and Provisions Incorporated by Reference, the full text may be accessed electronically at http://farsite.hill.af.mil; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, paragraphs (a), (b) (12)(i) (21); DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.246-7000, Material Inspection and Receiving Report; DFARS 252.225-7001, Buy American Act Balance of Payment Program, AFFARS 5352.201-9101, Ombudsman. The Ombudsman clause states final resolutions for this acquisition, if one cannot be reached with the contracting officer, will be made at the MAJCOM/DRU level. The point of contact for this solicitation is Anne Baker, Contract Specialist, 803-895-5350, anne.baker@shaw.af.mil. Alternate point of contact is Randall May, Contracting Officer, 803-895-5408, randall.may@shaw.af.mil. Submit responses by email to anne.baker@shaw.af.mil or FAX to 803-895-5339. Quotes must be received at the 20th Contracting Squadron, LGCAA flight, no later than 12:00 p.m. EST on 6 July 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3cd03b56ded70a4284383266717a41c4&tab=core&_cview=1)
 
Place of Performance
Address: USAFCENT FORCE PROTECTION, Shaw AFB, South Carolina, 29152, United States
Zip Code: 29152
 
Record
SN01595241-W 20080619/080617222305-3cd03b56ded70a4284383266717a41c4 (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.