Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2008 FBO #2481
DOCUMENT

16 -- Bose Aviation Headsets - Brand Name Letter

Notice Date
9/9/2008
 
Notice Type
Brand Name Letter
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 316th CONS, 1535 Command Drive, Andrews AFB, Maryland, 20762-6500
 
ZIP Code
20762-6500
 
Solicitation Number
F1D1018219A002
 
Archive Date
9/26/2008
 
Point of Contact
Bryn Riska,, Phone: 301-981-3393, Kathy L. Richey,, Phone: 301-981-2315
 
E-Mail Address
bryn.riska@afncr.af.mil, kathy.richey-02@afncr.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are being requested, a written solicitation will not be issued. 2. Reference number F1D1018219A002 is issued as a request for quotation (RFQ). 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. This is a 100% Small Business Set-Aside. If there are no offers received from a small business concern, this acquisition for small business set-aside may be dissolved and the acquisition open to all responsive bidders. 4. The NAICS code is 334220 and the size standard is 750 Employees. This RFQ is issued under the simplified acquisition procedures. 5. This RFQ has one line item, Brand Name Only. CLIN 0001: Bose Aviation (Noise Cancelling) Headset X-straight cord, dual plug, portable, 150-ohm dynamic microphone; Brand Name Only. Quantity (30) EA. RFQ must include delivery. 6. DELIVERY: On or before 30 days ARO. FOB: Destination. Payment terms: Net 30 days. 7. The provision at FAR 52.212.1, Instructions to Offerors, applies to this acquisition. Multiple offerors and awards are hereby deleted from this solicitation. All quotes must be for all items, as stated, partial quotes will not be considered. Award will be made to a single vendor. 8. The provision at FAR 52.212-2, Evaluation of Commercial Items applies. Price is the only evaluation factor. Addendum to Paragraph (a), The Government will award a purchase order resulting from this RFQ to the most responsive, responsible offers whose offer represents the BEST VALUE to the Government in terms of the following factors in descending order, Technical capabilities and Price: Offers will be evaluated for completeness, reasonableness and competitiveness. An offeror's proposed price would be determined by multiplying the quantities identified in the pricing schedule by the proposed fixed unit price by contractor line item number to confirm the extended amount. The Government reserves the right to enter into an agreement with other than lowest offeror. The Government intends to enter into and agreement without discussions, nevertheless, the Government may communicate with an offeror in order to clarify or verify information submitted in its offer. 9. Offerors must submit representations and certifications in accordance with the provision at FAR 52.212-3, Offeror Representation and Certifications Commercial, with its offer. FAR 52.212-3 can be downloaded from the internet: http://farsite.hill.af.mil/. Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. 10. All FAR Clauses and provisions incorporated by reference may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The following FAR provision is applicable: FAR 52.252-1, Solicitation Provisions Included by Reference. The following FAR clauses are applicable: FAR 52.252-2, Clauses Included by Reference; FAR 52.212-4, Contract Terms and Conditions Commercial Items, with addendum; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items, applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable: 52.219-6, Total Small Business Set-Aside; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26 - Equal Opportunity; 52.222-35 - Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 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; 52.223-9 - Estimate of Percentage of Recovered Material Content for EPA-Designated Products; 52.225-13 -Restrictions on Certain Foreign Purchases; and 52.232-33 - Payment by Electronic Funds Transfer--Central Contractor. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition, and specifically the following clauses under paragraph (b) are applicable: 252.225-7001 - Buy American Act and Balance of Payments Program; 252.232-7003 - Electronic Submission of Payment Requests; and 252.247-7023 - Transportation of Supplies by Sea, Alternate III. The following DFARS clauses are hereby incorporated into this solicitation: DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items, DFARS 252.225-7000, Buy American Act-Balance Payment Program Certificate, and DFARS 252.204-7004, Required Central Contractor Registration (CCR). NOTE: CCR can be obtained by accessing the Internet, http://www.ccr.gov or by calling 1-888-227-2423. The CCR number must be obtained before award can be made. The following AFFARS clause applies to this acquisition: 5352.242-9000, Contractor Access to Air Force Installations. The following local clauses apply to this acquisition: 316CONS-004, Environmental Compliance; 316CONS-007, Personnel Security Requirements; 316CONS-010 WAWF Instructions and 316CONS-011 OMBUDSMAN. 11. If interested, e-mail your quote to the POC stated herein. 12. Quotations must be received no later than 4:00 pm EST, September 11, 2008. The Government prefers that all offers are e-mailed to the point-of-contact below with reference number (F1D1018219A002). Facsimile proposals will not be accepted. Contact Information: 316 CONS/LGCBC, 1535 Command Drive E202, Andrews AFB MD 20762. 13. The Government Primary point-of-contact is TSgt Bryn L. Riska (301-981-3393), bryn.riska@afncr.af.mill and the secondary point-of-contact is Kathy Richey (301-981-2315), kathy.richey-02@afncr.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=92c842af49e3cb7aa5d1aaa17d03af72&tab=core&_cview=1)
 
Document(s)
Brand Name Letter
 
File Name: Brand Name Letter (Brand Name Only Bose.pdf)
Link: https://www.fbo.gov//utils/view?id=085ac7d13f88a6267a989a93921319e8
Bytes: 349.41 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Andrews AFB, Andrews AFB, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN01664273-W 20080911/080909221531-92c842af49e3cb7aa5d1aaa17d03af72 (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.