Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2008 FBO #2490
SOLICITATION NOTICE

66 -- GPS Simulator

Notice Date
9/18/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 88 CONS/PK, 1940 ALLBROOK DRIVE, WRIGHT_PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-08-T-0073
 
Archive Date
9/30/2008
 
Point of Contact
Tamara L. Tobe,, Phone: (937) 257-6146 X4206
 
E-Mail Address
tammy.tobe@wpafb.af.mil
 
Small Business Set-Aside
N/A
 
Description
GPS SIMULATOR This is a combined synopsis/solicitation for a commercial item 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; quotes are being requested and a written solicitation will not be issued. Solicitation FA8601-08-T-0073 is issued as a Request for Quotations (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24. This acquisition is 100% set aside for small business concerns. The associated North American Industry Classification System (NAICS) code is 334515. The small business size standard is 500 Employees. The RFQ has One (1) line item. LINE ITEM 0001: GPSSIM-14 LabPro Model L1/L2 RF, C/A and P Code GPS Simulator. Brand Name or Equal quotes will be accepted. Offer/quote should include a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary. FOB point is Destination (Wright-Patterson AFB OH 45433. Quoted prices should be delivered (FOB Destination) prices. Evaluation will be based on the overall best value to the government. The Contracting Officer will evaluate quotations based on the evaluation factors listed in this solicitation and the information furnished by the offeror. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT IDENTIFIED IN THE QUOTE. The government intends to award a purchase order resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the government. The Government reserves the right to not make an award at all. Contract financing will NOT be provided for this acquisition. The contractor shall be paid after receipt of the supplies in accordance with the Prompt Payment Act. IMPORTANT NOTICE TO CONTRACTORS: Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payments (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow-Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost, at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at https://wawf.eb.mil/. Solicitation provision at FAR 52.212-1, Instructions to Offerors - Commercial (Nov 2007) are hereby incorporated by reference. Award will be based upon Best Value to the government considering cost and technical acceptability. All offerors shall include with their offers a completed copy of provision 52.212-3, Offeror Representations and Certification Commercial Items (Nov 2007) and also be registered in ORCA (https://orca.bpn.gov/login.aspx ). The following clauses are hereby incorporated and will be included in subsequent award either by reference or in full text. 52.204-7, Central Contractor Registration 52.212-4, Contract Terms and Conditions, Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Deviation) 52.219-6, Notice of Total Small Business Set-Aside 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action For Workers With Disabilities 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 52.233-3, Protest After Award 52.252-2, Clauses Incorporated by Reference 52.252-6, Authorized Deviations in Clauses 252.204-7003, Control of Government Personnel Work Product 252.204-7004 Alt A, Central Contractor Registration, (Sep 2007) 252.212-7000, Offeror Representations and Certifications-Commercial Items (If not registered in ORCA) 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items - The following clauses will be checked: 252.225-7001, Buy American Act and Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests 252.247-7023, Transportation of Supplies by Sea 5352.201-9101, Ombudsman 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODSs) By submission of a quote, the quoter acknowledges the requirement that prospective awardees must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation. Mr. Howard E. Marks Jr. has been appointed as Ombudsman to hear concerns from offerors, or potential offerors, during the proposal development. The purpose of the Ombudsman is to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. Existence of the Ombudsman does not diminish the authority of the program director or the contracting officer. Accordingly, the Ombudsman does not participate in the preparation of solicitations, the evaluation of proposals or the source selection process and, therefore, for routine matters on individual solicitations, please contact the buyer at the telephone number listed herein. When requested the Ombudsman will maintain strict confidentiality as to the source of the concern. Should you desire to contact the Ombudsman, Mr. Marks can be reached at (937) 255-8642, DSN 785-6356. His address is ASC/AQH, 1755 11th Street, Room 101, Bldg 570, Wright-Patterson AFB OH 45433-7404 (email: howard.marks@wpafb.af.mil ). All proposals, Representations and Certifications, and Central Contractor Registration Information are due 16:00 PM EDT on 23 September 2008 and must be submitted to Tammy Tobe, 88 CONS/PKBB, 1940 Allbrook Drive, Suite 3, Wright-Patterson AFB OH, 45433-5309, emailed to tammy.tobe@wpafb.af.mil, or faxed to (937) 257-3926. For information concerning this solicitation, contact Tammy Tobe at (937) 522-4639 or tammy.tobe@wpafb.af.mil. There is One (1) document (FAR 52.212-3, Representations and Certifications (If not registered in ORCA), Statement of Work (SOW) and Wage Determination, 2005-2419) pertaining to this combined synopsis/solicitation (FA8601-08-T-0073) will be provided upon email request to the above email address. Contractors must be registered in CCR prior to award for solicitations issued after 31 May 1998. Tel: 1-888-CCR-2423 Fax: 1-703-696-0213. Duns/CCR Website: http://ccr.edi.disa.mil/ccr/cgibin//query.pl.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=24ed5031fad2b6fc9d457a8e36594516&tab=core&_cview=1)
 
Record
SN01675278-W 20080920/080918223628-24ed5031fad2b6fc9d457a8e36594516 (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.