Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2009 FBO #2734
MODIFICATION

70 -- CloudShield Equipment

Notice Date
5/20/2009
 
Notice Type
Modification/Amendment
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, AF ISR Agency Contracting Div, 102 Hall Blvd, Ste 258, San Antonio, Texas, 78243-7091, United States
 
ZIP Code
78243-7091
 
Solicitation Number
F2MU1D9117A001
 
Archive Date
6/5/2009
 
Point of Contact
Douglas E. Pohlman, Phone: 210-977-6588
 
E-Mail Address
douglas.pohlman@lackland.af.mil
(douglas.pohlman@lackland.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The HQ AF ISR Agency, Contracting Flight at Lackland AFB (Kelly Annex), TX intends to award a Purchase Order on a BRAND NAME or EQUAL BASIS. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). 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: REQUIREMENT: CLIN 0001- 46 each - AX-BCM00A-0 Bypass Control Module for NetOptics Bypass Switch, CLIN 0002 - 46 each - AX-BCM00A-A Protection Program, annual, (7x24) for Bypass Control Module, CLIN 0003 - 20 each - BN-240GAC-0 CS-2000 Dual GBE AC Bundle, CLIN 0004 - 20 each - BN-240GAC-A Protection Program, annual (7x24) for CS-2000 Dual GBE AC Bundle, CLIN 0005 - 46 each - BN-BYCBBA-0 Copper Bypass Switch by NetOptics with rackmount frame, CLIN 0006 - 46 each -BN-BYCBBA-A Protection Program, annual for copper bypass switch, CLIN 0007 - 1 each - Shipping. All items are to be delivered to Air Force ISR Agency, 404 Greig St, San Antonio, TX 78226, Attn: Ms. Maggie Fox (210)-925-9449. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2001-15. No installation required. The requirement is FOB Destination. Payment of invoices will be made by DFAS-LI. The following FAR clauses and provisions apply to this requirement which can be viewed through Internet access at the AF FAR Site, http://farsite.hill.af.mil. 52.212-1, Instructions to Offerors - Commercial Items (JUL 2003), 52.212-2-Evaluation of Commercial Items (JAN 1999), 52.212-3, Offeror Representations and Certifications- Commercial Items, (JUN 2003), 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2002); FAR 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders - Commercial Items (DEVIATION) (MAY 2002); as do the following FAR clauses cited therein: 52.222-26, Equal Opportunity (APR 2002); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (DEC 2001); 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (DEC 2001), 52.225-3 Buy American Act-Supplies (JUN 2003), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (MAY 1999), 52.233-3 Protest After Award (AUG 1996) and 52.252-2 Clauses Incorporated by Reference (FEB 1998). 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2003), DFARS 252.225-7001; Buy American Act and Balance Payment Program (APR 2003); 252.204-7004, Required Central Contractor Registration (NOV 2001). FIRMS THAT RECOGNIZE AND CAN PROVIDE THE REQUIREMENT DESCRIBED ABOVE ARE ENCOURAGED TO IDENTIFY THEMSELVES AND PROVIDE THE SUPPORTING EVIDENCE DESCRIBED HEREIN. THE GOVERNMENT WILL MAKE AN AWARD TO THE RESPONSIBLE OFFEROR WHOSE OFFER CONFORMS TO THIS REQUIREMENT AND IS THE LOWEST PRICE, AS FOLLOWS: 1) A DECISION ON THE TECHNICAL ACCEPTABILITY SHALL BE MADE FOR REQUIREMENTS OTHER THAN BRAND NAME. ONLY THOSE OFFERORS DETERMINED TO BE TECHNICALLY ACCEPTABLE WILL BE CONSIDERED FOR AWARD. 2) ALL TECHNICALLY ACCEPTABLE OFFERORS WILL THEN BE RANKED BY EVALUATED PRICE. AWARD WILL BE MADE TO THE OFFEROR WHOSE OFFER HAS BEEN FOUND TO BE TECHNICALLY ACCEPTABLE AND IS THE LOWEST PROPOSED PRICE. ALL RESPONSES RECEIVED BY THE DUE DATE WILL BE CONSIDERED BY THE GOVERNMENT. Offers are due at the AF ISR Agency Contracting Flight not later than 10:00 AM, Central Time, 21 May 2009 and should reference the Solicitation listed above. OFFERORS MUST INCLUDE WITH THEIR PROPOSAL A COMPLETED COPY OF THE PROVISION 52.212-3, OFFERORS REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (Jun 2003). Award will be made on or about 21 May 2009. Effective 1 Jun 98, contractors must be registered in the Central Contractor Registration (CCR) prior to receiving any contract award. You can register in the CCR by calling 1-888-227-2423, or via the Internet at http://www.ccr.gov/. All responsible sources may submit an offer, which, if timely received, will be considered by this office. For more information contact Douglas Pohlman (210) 977-6588 or email douglas.pohlman@lackland.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/HQAIA/F2MU1D9117A001/listing.html)
 
Place of Performance
Address: 404 Greig St, San Antonio, Texas, 78226, United States
Zip Code: 78226
 
Record
SN01823442-W 20090522/090521002233-60a12448eb39cb9fa8b486f8e34483d1 (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.