Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2008 FBO #2485
SOLICITATION NOTICE

58 -- Alternate tower Radios

Notice Date
9/13/2008
 
Notice Type
Combined Synopsis/Solicitation
 
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
F1D0238218A001
 
Archive Date
10/2/2008
 
Point of Contact
James A Warren, Jr.,, Phone: 301-981-2382, Shayla Canty ,, Phone: 301-981-2357
 
E-Mail Address
james.warren-02@andrews.af.mil, shayla.canty@afncr.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation: (i) ALTERNATE TOWER RADIOS FOR THE 316TH OPERATIONS SQUADRON, ANDREWS AIR FORCE BASE. Request for Quotation F1D0238218A001 DUE 17 September 2008, 12:00 PM Eastern Daylight Savings Time (EDST). Point of Contact: James A. Warren Jr., 301-981-2389, Contract Specialist; Shayla Canty, 301-981-2357, Contracting Officer. (ii) 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 requested and a written solicitation will not be issued. (iii) This solicitation/synopsis reference number is F1D0238218A001 and is being issued as a Request for Quote (RFQ). (iv) This RFQ document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26 and DFAR Circular DCN 20080812. (v) This acquisition is 100% set-aside for small businesses. The associated NAICS code is 334220 with a 750 employee size standard. (vi) Contractors shall submit a quote for each of the following line items for Alternate Tower Radios Brand name or equal). The customer requests a: 0001 - URC 200 -01P36742M001 Transceiver (URC 200), handset (PTHS-110), Battery Box (UBC-100), Antenna (UVU-100), O&M Manual 0002 - UAC 100 01-P35860M001 AC Power supply for URC-200 only 0003 - BB-590/U BB-590/U -Ni-Cad Rechargeable batteries, 2 required per radio. Price is per battery. (vi) Delivery and acceptance instructions are FOB destination. (vii) The provisions incorporated and will remain in full force in any resultant award: (full Text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instruction to offerors-Commercial. Provision with addendum. (A) The provision at FAR 52.212-1, instructions to Offerors- Commercial items applies. Addendum to paragraph (b)(10) - Delete entire paragraph. Substitute "Past Performance will not be evaluated." Paragraph (d), Product Sample - delete entire paragraph. Paragraph (e), Multiple offerers - delete entire paragraph. Substitute "Offerors shall submit one offer satisfying the requirements of this solicitation". Paragraph (h), Multiple Offers - delete entire paragraph. Substitute "Single Award. The Government plans to award to a single contract resulting from this solicitation." (viii) FAR 52.212-2 Evaluation-Commercial Items Evaluation. Addendum paragraph (a). The Government intends to make a single purchase order to the responsible quoter whose quote can fulfill the entire required delivery requirement in full compliance to all other requirements set forth in the RFQ, who offers the lowest price technically acceptable. The government reserves the right to judge which quote shows the required capability and the right to eliminate from further consideration those quotes which are considered unacceptable and not capable of being made acceptable without major requiting.. (ix) Contractors shall include a completed copy of FAR 52.212-3, Offerors Representations and Certifications Commercial item and complete electronic annual representations and certifications at http://orca.bpn.gov. (x) FAR 52.212-4 Contract Terms and Conditions-Commercial items: (xi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply: (mandatory clauses: FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.222-13 Restriction on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; (xii) The following additional clauses are applicable to this procurement • FAR 52.211-6, Brand Name or Equal • DFARS 252.204-7001, Commercial And Government Entity (CAGE) Code reporting (Aug 1999) • DFARS 252.204-7004, Required Central Contractor Registration (CCR); Contractors not registered in CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414) • DFAES 252.225-7000, Buy American Act - Balance of Payments Program Certificate • DFARS 252.7003, Electronic Submission of Payment Requests • AFFARS 5352.223-9001, Health and Safety on Government Installations • AFFARS 5352.223-9000, Contractor Access to Air Force Installations • 316 CONS -007, Personnel Security Requirements • 316 CONS -010, Wide Area Work Flow • 316 CONS -011, Ombudsman (xiii) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial items are incorporates in full text, with the following clauses apply: 252.225-7001 Buy American Act and Balance of Payments Program. (Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products.) (xiv) Respond to this combined synopsis/solicitation must be received via email, FAX, mail or hand carried by 17 Sep 2008 no later than 12:00 PM Eastern Daylights Savings Time. Quotes can be sent via email to james.warren-02@afncr.af.mil. The FAX number is 301-981-1910. Mailing address is: 316 Contracting Squadron Attn: James A. Warren Jr. 1535 Command Drive, Suite E209 Andrews AFB, MD 20762 For those interested in Hand Carrying Quotes must provide, on company letter head, no later than 12:00 PM on 9 Sept 2008: name of attendee; Driver's license number and state; vehicle make, model and year; license plate number and state and Social Security Number to access the base. Quoters are cautioned that Andrews AFB, MD has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass prior to entrance. SOME DELAY SHOULD BE ANTICIPATED WHEN HANDCARYING QUOTES. Offerors should allow sufficient time for traffic to arrive at the base, obtain a visitor pass and find their way to the Contracting Office PRIOR to the time specified for receipt. Late proposals will be processed in accordance with FAR 52.212-1(f), "Late submission, modifications reservations and withdrawal of offers. Quotes should be marked with solicitation number F1D0158170A003. Requests should be marked with solicitation number F1D0238163A002. (xv) Address questions to James A. Warren Jr., Contract Specialist at 301-981-2382, FAX 301-981-1910, email james.warren-02@afncr.af.mil or Lt Shayla Canty. Phone 301-981-2357, email shayla.canty@arncr.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=cb35cbdc662b9e8164017bc25191fc8d&tab=core&_cview=1)
 
Place of Performance
Address: 316 OSS, 1240 Menoher Drive, Andrews AFB, MD, Amdrews AFB, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN01670001-W 20080915/080913214245-cb35cbdc662b9e8164017bc25191fc8d (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.