Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 02, 2009 FBO #2684
SOLICITATION NOTICE

58 -- Communication Equipment for C-130 Aircraft - Brand Name Justification

Notice Date
3/31/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB - 12th Contracting Office, 395 B Street West Suite 2, Randolph AFB, Texas, 78150-4525
 
ZIP Code
78150-4525
 
Solicitation Number
F3P3BD9058A001
 
Point of Contact
Jaime Morrison,, Phone: 210-652-8429, Vivian Fisher,, Phone: 210 652-5171
 
E-Mail Address
jaime.morrison@randolph.af.mil, vivian.fisher@randolph.af.mil
 
Small Business Set-Aside
N/A
 
Description
Brand Name Justification. 1. The 12th Contracting Squadron, Randolph AFB TX, has a brandname requirement, see attachment, to provide: 1 Communication System for an Air Force Organization located at Randolph AFB. The following specifications are what the US Government is requesting a quote for the Communication System for C-130 Aircraft. The required system quantity consist of the following: QTY Part Number Description 20 780-1000-001 - TRULINK PORTABLE TRANSCEIVER, (STD)-CF0095-M5 2 780-2000-002 - TRULINK ACCESS POINT, (TAP)-CF0095-M1 2 780-4000-001 - VIP INTERFACE, CABLE ADAPTOR, TAP 01 AUDIO 2 780-5000-001 - POWER CABLE Award will be made in accordance with FAR Parts 12 and 13.5 using Simplified Acquisition Procedures (SAP). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations/offers are being requested/accepted and a written solicitation will not be issued. Solicitation number F3P3BD9058A001 is issued as a request for quotation (RFQ). This combined synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-29. The associated North American Industry Classification System Code (NAICS) is 334511; size standard 750. 2. The following clauses and provisions are applicable to this solicitation and can be viewed through Internet access at the FAR Site, http://farsite.hill.af.mil; 52.212-1 Instructions to the Offerors – Commercial Items; 52.212-2 Evaluation – Commercial Items; 52.212-3 Offeror Representations and Certifications – Commercial Items; 52.252-1 Solicitation Provisions Incorporated by Reference with fill-in text http://farsite.hill.af.mil; 252.212-7000 Offeror Representations and Certifications – Commercial Items; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 5352.201-9101 Ombudsman The following clauses and provisions are applicable to the resulting contract: 52.203-3 Gratuities; 52.212-4 Contract Terms and Conditions – Commercial Items and 52.212-4 Addendum; 52.212-5 Deviation: Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items; 52.219-28 Post-Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor—Cooperation with Authorities and Remedies. 52.222-21 Prohibition of Segregated Facilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer – Central Contractor Registration; Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.252-2 Clauses Incorporated by Reference with fill-in text http://farsite.hill.af.mil; 252.204-7004 Alternate A, Central Contractor Registration; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 5352.201-9101 Ombudsman; WAWF Invoicing information; and any local clauses/statements as necessary. 3. FAR52.212-2, Evaluation – Commercial Items. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the RFQ will be most advantageous to the Government, considering price and conformance with product specification. Addendum: Basis for Award: This is a competitive acquisition. As the award will be made using (SAP), the evaluation procedures at FAR 13.106-2 will be used. The Government will make an award using the following factors: 1) Price and 2) Conformance to Specification. Offers shall propose on all items. Only firm fixed price offers will be evaluated. An offer using a sliding price scale or subject to escalation based on any contingency will NOT be accepted. Quotes should contain enough information; offerors shall provide enough data sufficient to enable Government to determine product meets minimum stated specifications. 4. The Government intends to award a contract without discussions with respective offerors; therefore, offerors are encouraged to submit their most advantageous pricing in their initial response. The Government, however, reserves the right to conduct discussions if deemed in its best interest. A firm-fixed price award will be made to the responsible offeror submitting the quote that provides the best value to the Government. Interested parties capable of providing the above must submit a written quote to include tax identification number, cage code, DUNS, and any discount terms. Oral quotes will not be accepted. All responses that meet the criteria contained within will be considered. Since award will be based on initial responses, it is encouraged to offer your most advantageous pricing in your initial response. To be eligible to receive an award resulting from this RFQ, as prescribed in DFARS 252.204-7004, contractors must be registered in the DoD Central Contractor Registration (CCR) database; NO EXCEPTIONS. To register, you may call 1-888-227-2423 or apply via the Internet at http://www.bpn.gov. The CCR registration must be completed before award can be made. Contractors must also complete the Representations and Certifications in the ORCA database at http://www.bpn.gov/orca; NO EXCEPTIONS. Interested persons may express their interest and capability to respond to the requirement and submit quotes no later than 08 April 2009, 12:00p.m. Central Standard Time. Desired delivery of system shall be within 30 days after receipt of order. Point of Contact Mr. Jaime Morrison, Contract Specialist, Tel: 210-652-5121, Fax: 210-652-5135, jaime.morrison@randolph.af.mil or Mrs. Vivian Fisher, Contracting Officer, Tel: 210-652-8596, Fax: 210-652-5135, vivian.fisher@randolph.af.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c12e9a6ba11f5a5951ff6816c579e8af&tab=core&_cview=1)
 
Place of Performance
Address: Randolph Air Force Base, Randolph Air Force Base, Texas, 78150, United States
Zip Code: 78150
 
Record
SN01781628-W 20090402/090331220911-c12e9a6ba11f5a5951ff6816c579e8af (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.