Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2008 FBO #2478
SOLICITATION NOTICE

58 -- Sppedwrap Cable, CAT 6

Notice Date
9/6/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423610 — Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-08-Q-0631
 
Archive Date
9/25/2008
 
Point of Contact
Robert Gigliotti,, Phone: 315-330-2205
 
E-Mail Address
robert.gigliotti@rl.af.mil
 
Small Business Set-Aside
8a Competitive
 
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 (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments or other information pertaining to this solicitation. Solicitation FA8751-08-Q-0631 is issued as a Request for Quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20080812. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as a Competitive 8a Set-aside under NAICS code 423610 and small business size standard of 500 employees. The contractor shall provide the following item on a firm fixed price basis: Item 1: Speedwrap Cable - CAT 6 QTY: 30 Rolls Description: Speedwrap cable, four CAT 6 Aeries cables (colors blue, orange, green, white) wrapped with kevlar, on 1000 foot rolls. (*Price must include shipping*) Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The required delivery date is no later than 30 days After Receipt of Order. The place of delivery, acceptance, and FOB destination point is F4HBL1/Transportation Depot 2, 148 Electronic Parkway, Rome, NY 13441. The provision at 52.212-1, Instructions to Offerors - Commercial Items (Jun 2008), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written proposals are due at or before 3 PM EST, Wednesday September 10, 2008. Submit to: AFRL/RIKO, Attn: Robert Gigliotti 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2555 or by email to robert.gigliotti@rl.af.mil. Offerors are encouraged to submit their proposals using the SF 1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Submit a technical description of the items being offered. (b)(10) Offerors are not required to submit past performance information. (k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within three (3) days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. EVALUATION PROCEDURE. Contract award will be made to the offeror whose quote is the Lowest Priced Technically Acceptable offer. The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (Jun 2008) and ALT I (Apr 2002) must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. Therefore, offerors are required to complete only paragraph (b) of this provision and submit it with their offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Feb 2007), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Jun 2008), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.219-14, Limitations on Subcontracting (Dec 1996) 52.219-28, Post Award Small Business Program Representation (Jun 2007) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Feb 2008) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) 52.222-50, Combating Trafficking in Persons (Aug 2007) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 2008), applies to this acquisition. The following additional FAR and DFARS clauses cited in the clause are applicable to this acquisition: 252.225-7001, Buy American Act and Balance of Payments Program (JUN 2005) 252.232-7003, Electronic Submission of Payment Requests (MAR 2008) 252.247-7023 Alt III, Transportation of Supplies by Sea (Alternate III) (MAY 2002) 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) The following additional FARS and DFARS provisions and clauses also apply: 52.219-18, Notification of Competition Limited to Eligible 8(a) Concerns (Jun 2003) 252.219-7010, Alternate A 252.219-7011, Notification to Delay Performance 252.225-7000, Buy American Act - Balance of Payments Program Certificate (Jun 2005) 252.232-7010, Levies on Contract Payments (Dec 2006) 5352.201-9101, OMBUDSMAN (Aug 2005) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Susan Hunter, Building 15, Room 225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-255-7754. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause. All responsible organizations may submit a proposal, which shall be considered.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1aa9a9cfa11376887979c1ee2e9d22fb&tab=core&_cview=1)
 
Place of Performance
Address: Air Force Research Laboratory, Rome, New York, 13441, United States
Zip Code: 13441
 
Record
SN01662146-W 20080908/080906214046-1aa9a9cfa11376887979c1ee2e9d22fb (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.