Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2008 FBO #2489
SOLICITATION NOTICE

59 -- Radar Speed Sign

Notice Date
9/17/2008
 
Notice Type
Modification/Amendment
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
 
ZIP Code
89191-7063
 
Solicitation Number
Speedsign
 
Response Due
9/19/2008 4:00:00 PM
 
Archive Date
10/4/2008
 
Point of Contact
Nathean W Stoner,, Phone: 702-652-8402, Brooke A Mena,, Phone: 702-652-5488
 
E-Mail Address
nathean.stoner@nellis.af.mil, brooke.mena@nellis.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 the 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 requirement, Badge system, is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. This Request for Quotation is a small business set-aside. The NAICS code applicable to this solicitation is 334511. The small business size standard under this NAICS code is 750 personnel. Requested item/description is as follows, CLIN 0001, 1 each Radar Speed Sign: Radar speed display sign. 15" digits, powerful data analysis software and violator strobe, hardware and bracket for pole mount. Trailer mounted White. Includes bracket, 1 pair 235AH batteries, structural steel tubing, 4 stabilizer leveling jacks, lockable enclosure, and safety chains with a solar power panel kit. The speed display shall have the ability to capture a picture of any vehicle exceeding a set speed. The picture shall be of resolution quality to clearly read license plate of vehicle. The system shall be downloadable via a Bluetooth connection to a PDA (PDA with software is required to included). CLIN 0002, 1 Ea shipping. Please include descriptive literature and/or complete specifications. Structure contract line item number(s) (CLIN) as follows: CLIN 0001, CLIN 0002. Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offertory-Commercial, applies to this solicitation. Submit quotation on company letterhead utilizing the CLIN structure above; also provide documents verifying your company's ability to meet the qualification standards stated. FAR provision 52.212-2, Evaluation Commercial Items. The following factors will be used to evaluate the offer: price, technical quality & capability, features and warranty. In addition to the price list, offertory shall submit with their offer a completed copy of FAR provision 52.212-3, Offer or Representations and Certifications-Commercial Items with Alternate I, or have a current ORCA registration. The following clauses apply to this solicitation and resulting award: FAR 52.202-1 Definitions; FAR 52.203-3 Gratuities, FAR 52.203-7 Anti-Kickback Procedures, FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items [Defense Federal Acquisition Regulation Supplement (DFARS) Deviation]; FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.219-28, Post-Award Small Business Program Rerepresentation; FAR 52.219-28 is a new contract clause implemented 30 June 2007. If your CCR Registration and ORCA Reps & Certs do not include a size representation for this NAICS code, you must submit the rerepresentation at 52.219-28(g) in accordance with the instructions in the clause. Please note all offerors must submit 52.212-3(k) even if ORCA registered; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor; FAR 52.222-21, Prohibition of Segregated Facilities, 52.222-22, Previous Contracts & Compliance Reports; FAR 52.222-25, Affirmative Action; FAR 52.222-26, Equal Opportunity; FAR 52.225-13, Restriction on Foreign Purchase; FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment; FAR 52.233-1, Disputes; FAR 52.233-3, Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.247-34, FOB Destination; FAR 52.252-1, Provisions Incorporated by Reference; FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.252-5, Authorized Deviations in Provisions; FAR 52.252-6, Authorized Deviations in Clauses; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.204-7004 Alt A, Required Central Contractor Registration; DFARS 252.212-7001 Dev, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7000, Buy American Cert; DFARS 252.225-7001, Buy American Act; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.232-7003; Electronic Submission of Payment Request; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications; DFARS 252.247-7023 Alt III, Transportation of Supplies by Sea, AFFARS 5353.201-9101 Ombudsman. All contractors must be registered in the Central Contractor Registration (CCR) database to receive a DOD award or payment. Lack of registration in CCR will make an offeror ineligible for award. Information concerning clauses and provision incorporated by reference may be obtained at http://farsite.hill.af.mil. Quotes are due on or before 4:00 p.m., Pacific Daylight Time, on 19 September 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f485db88e038dd93171436c80d0a53ff&tab=core&_cview=1)
 
Place of Performance
Address: Nellis AFB, Las Vegas, Nevada, 89191, United States
Zip Code: 89191
 
Record
SN01673421-W 20080919/080917221245-f485db88e038dd93171436c80d0a53ff (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.