Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2008 FBO #2440
SOLICITATION NOTICE

38 -- Trimble GPS Equipment

Notice Date
7/30/2008
 
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 Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB, Florida, 32403-5526
 
ZIP Code
32403-5526
 
Solicitation Number
F4ATD18143A003
 
Archive Date
8/20/2008
 
Point of Contact
Scott Brindus,, Phone: 8502838643, Melissa J Mullinax,, Phone: 850-283-8644
 
E-Mail Address
scott.brindus@tyndall.af.mil, melissa.mullinax@tyndall.af.mil
 
Small Business Set-Aside
Total Small Business
 
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; proposals are being requested and a written solicitation will not be issued. The solicitation reference number is F4ATD18143A003; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-12 and Defense DCN 20060814. This acquisition will be a 100% small business set-aside; the North American Industry Classification System (NAICS) code is 334511. The business size standard is 750 employees. The Federal Supply Class (FSC) is 6675. The Standard Industrial Classification (SIC) is 3829. This request for quotation consists of the following items, -or equal-: If submitting an -or equal- product, please supply manufacturer name and part number, and specifications if available. If equal, vendor must provide information with quote proving the equality of the items. Technical acceptability of or equal products shall be determined by the government. All quotes must reflect FOB Destination. IAW provision 52.212-2 Evaluation - Commercial Items, the following methods of evaluation will be used in order of importance: technical capability of the item offered to meet the Government requirement and price. All items are brand name or equal: • Trimble R8 GNSS Base Kit, RTK/PPK SW, 410-430 MHz RCV Only, P/N: R8200-91-62 Qty 1; • Trimble R8 GNS Rover Kit, RTK/PPK SW, 410-430 MHz RCV Only, P/N: R820-51-62 Qty 1; • R8 Transmitter Upgrade Kit (TX/RX Internal), P/N: 52426-00 Qty 1; • Power and Charging Kit, P/N: 5163 Qty 1; • Battery, Li-Ion 2.4 Ah, 7.4V, P/N: 54344 Qty 4; • Trimble R7 GNSS Base, 1 Internal Radio 410-430 MHz, P/N: R7200-42 Qty 1; • Office Software: Special Offer for Trimble Business Center Survey Advanced, P/N: 63610-11 Qty 1; • Trimble R7 GNSS RTK Rover, 1 Internal Radio 410-430 MHz, P/N: R7401-42 Qty 2; • TSC2 GPS Accessory Kit For use with GPS, P/N: 560044-00 Qty 2; • Radio-HPB450 Base Set 410-420 MHz Qty 1; Tripod - Adjustable Height, 1.8m for GPS, P/N: 28959-00 Qty 1; • Rod-2.0m Carbon Fiber Pole with Bipod, P/N: 43169-00 Qty 2; • Power and Changing Kit, P/N: 51693 Qty 1; • Battery Li-Ion 2.4Ah, 7.4V, P/N: 54344 Qty 4 Additional notes: contractors are asked to submit their tax identification number and estimated delivery timeframe with their proposal. FOB Destination must be reflected in the quote. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.203-3 Gratuities. FAR 52.211-6 Brand Name or Equal; FAR 52.212-1 Instructions to Offerors - Commercial. FAR 52.212-2 Evaluation - Commercial Items; paragraph (a) to this provision is completed as follows: technical capability of the item offered to meet the Government requirement and price. FAR 52.212-4, Contract Terms and Conditions - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5 Contract Terms and Condition Required to Implement Statues or Executive Orders - Commercial Items (Dev). FAR 52.204-7 Central Contractor Registration. FAR 52.219-6 Notice of Total Small Business Set-Aside. FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-26 Equal Opportunity. 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. FAR 52.222-36 Affirmative Action for Workers with Disabilities. 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration. FAR 52.247-34 FOB Destination. FAR 52.252-2 Clauses Incorporated by Reference, with the following Internet addresses filled-in: http://farsite.hill.af.mil. FAR 52.252-6 Authorized Deviations in Clauses, with the following filled-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. DFARS 252.204-7004 Alt A, Required Central Contractor Registration. DFARS 252.212-7001, Contract Terms and Conditions (Dev). DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFARS 252.225-7012 Preference for Certain Domestic Commodities. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.247-7023 Transportation of Supplies by Sea (Alternate III). DFARS 252.232-7003 Electronic Submission of Payment Request; requests for payments must be submitted electronically through the Wide Area Work Flow system at https://wawf.eb.mil. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Vendors must be actively registered with the Central Contractor Registration (CCR). The CCR website is http://www.ccr.gov. Quotes may be transmitted by e-mail or to fax number (850) 283-8491. Quotes must be received at the 325th Contracting Squadron, LGCP flight, no later than 12:00 p.m. CST on 5 August 2008. The point of contact for this solicitation is Mr. Scott Brindus, Contract Specialist, (850) 283-8643, scott.brindus@tyndall.af.mil. Alternate point of contact is Melissa Mullinax, Contracting Officer, (850) 283-8644, Melissa.mullinax@tyndall.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=91a11e06c534b167724697eb9258145d&tab=core&_cview=1)
 
Place of Performance
Address: Det 1, 823 RHS, 264 Strange Point Loop, Stop 87, Tyndall AFB, Florida, 32403, United States
Zip Code: 32403
 
Record
SN01627066-W 20080801/080730222742-91a11e06c534b167724697eb9258145d (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.