Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 24, 2009 FBO #2797
MODIFICATION

59 -- Gyro-stabilized Antenna Motion Test Platform System - Requirements Document Revision 3

Notice Date
7/22/2009
 
Notice Type
Modification/Amendment
 
NAICS
333319 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, SMC - Space and Missile Systems Center, 483 North Aviation Blvd, El Segundo, California, 90245-2808
 
ZIP Code
90245-2808
 
Solicitation Number
FA8818-09-Q-0055_SYN-SOL
 
Archive Date
7/21/2010
 
Point of Contact
Katherine D. Shaw, Phone: 5058533757
 
E-Mail Address
katherine.shaw@kirtland.af.mil
(katherine.shaw@kirtland.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Based on vendor questions the government has revised the requirements document to provide clarity and several requirement modifications. SDTW/PKV intends to award a Firm-Fixed Price contract for a Gyro-Stabilized Antenna Motion Test Platform System applicable to the validation of the proper stabilization functions of the Space Test Operation Squadron's (STOS) ocean going gyro-stabilized antenna system. NOUN: Gyro-Stabilized Antenna Motion Test Platform System; There is no known NSN or PN, requirements document outlining item specifications and other requirements is attached. Order will involve a quantity of 1 Ea. DIMENSIONS: The motion frame will need to be at minimum of 64 inches by 64 inches. The floor frame will need to be able to support the motion frame with a load at a minimum 2000 lbs with the load mass 105 inches above the motion frame operating at accelerations of 20 degrees/second2 at ranges of ±12 degrees in roll, pitch and ±15 degrees yaw. This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. The announcement number is FA8818-09-Q-0055. This solicitation is issued as a Request for Quote (RFQ). The North American Industry Classification System (NAICS) code for this acquisition is 333319, with a small business size standard of 500 employees. This is a 100% small business set-aside. Please identify your business size in your response based upon this standard. The requirement is for: CLIN 0001: Gyro-Stabilized Antenna Motion Test Platform, NSN: UNKNOWN, P/N: UNKNOWN SUBCLIN 0001AA: Gyro-Stabilized Antenna Motion Test Platform System SUBCLIN 0001AB: Installation SUBCLIN 0001AC: Training SUBCLIN 0001AD: DATA, CDRL A001 SCHEDULE: Qty: 1 Each shall be delivered FOB Destination to the STOS facility at Kirtland AFB, New Mexico DODAAC: FB4469. BLDG 1015 CP 505 846 1982 4200 RANDOLPH AVE SE FB4469 377 LRS LGRD KIRTLAND AFB NM 87117-5881 Delivery schedule for the production article SUBCLIN 0001AA and Data SUBCLIN 0001AD is 180 days after receipt of (ARO) Contract. Installation and Training are to be delivered as required upon the delivery of production article. Inspection and Acceptance will be at destination. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-34. FAR 52.212-1, Instructions to Offerors-Commercial Items - (Oct 00), and any addenda to the provision as listed in this notice; 52.212-2, Evaluation-Commercial Items- (Jan 99) Evaluation will be based on the following factors: price and past performance; 52.212-3 Offeror Representations and Certifications- (Jul 02), (Offerors must submit a complete copy with their offers or be registered in ORCA. To obtain an electronic copy of 52.212-3, visit the following web site: http://farsite.af.mil); 52.212-4 Contract Terms and Conditions-Commercial Items - (Feb 02), and any addenda to the provision as listed in this notice; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items- (May 02); 52.211-08 Time of Delivery (June 1997), Alt II; 52.247-34, F.O.B. Destination-Nov 91; 52.203-06, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402); 52.219-04, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jul 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer.) (15 U.S.C. 657a); 52.219-6, Notice Of Total Small Business Set-Aside (Jun 2003) (15 U.S.C. 644); 52.219-08, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637 (d)(2) and (3));52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)); 52.219-28, Post Award Small Business Program Representation (Apr 2009) (15 U.S.C. 632(a)(2)); 52.222-03, Convict Labor (June 2003)(E.O. 11755); 52.222-19, Child Labor--Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) (38 U.S.C. 4212); 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E. O. 13201); 52.225-01, Buy American Act--Supplies (Feb 2009) (41 U.S.C. 10a - 10d); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332); 52.222-53, Exemption From Application Of The Service Contract Act To Contracts For Certain Services--Requirements (Feb 2009) (41 U.S.C.351, et seq); 52.223-11 Ozone Depleting Substances (May 2001); 252.211-7003 Item Identification and Valuation (Aug 2008); 252.212-7001 Contract terms and conditions required to implement statutes or executive orders applicable to defense acquisitions of commercial items (Jan 2009); 52.203-03 Gratuities (Apr 1984) (10 USC 2207); 252.225-7001, Buy American Act and Balance of Payments Program (Jan 2009) (41 U.S.C. 10a-10d, E.O. 10582); 252.225-7012, Preference for Certain Domestic Commodities (Dec 2008) (10 U.S.C. 2533a);252.225-7014, Preference for Domestic Specialty Metals (Jun 2005)(DEVIATION) (10 U.S.C. 2533a); 252.227-7015, Technical Data--Commercial Items (Nov 1995) (10 U.S.C. 2320); 252.232-7003, Electronic Submission Of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227); 252.243-7002, Requests for Equitable Adjustment (Mar 1998) (10 U.S.C. 2410); 252.247-7023, Transportation of Supplies by Sea (May 2002) (10 U.S.C. 2631); 252.232-7010 Levies on Contract Payments (Dec 2006); 5352.201-9101 Ombudsman (Aug 2005). Ombudsman information is as follows: Center/MAJCOM ombudsmen, Mr. James Gill, Director of Staff, SMC/DS, Phone Number (310) 653-1789. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. To view the provisions and clauses in full text, visit the web site (http://farsite.hill.af.mil). Please see the attached version of Contract Clauses for some full text versions as well as a listing of the required representations and certifications that must be submitted if not registered in the Online Representations and Certifications Application (ORCA). Vendors must be registered in Central Contractor Registration (www.ccr.gov) before award can be made. PLEASE USE THE FORMAT PROVIDED IN THE ATTACHED SUPPLIES AND SERVICES OUTLINE TO SUBMIT YOUR QUOTE. The Government will not pay for any information that is submitted by respondents to this notice. All responses must be received no later than 4:00 P.M., Mountain Standard Time on 29 July 09. Send all proposals to Danielle Shaw, by e-mail at Katherine.shaw@kirtland.af.mil or by mail to 3548 Aberdeen Ave. SE Bldg 413 Room 233, Kirtland AFB, NM 87117.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/FA8818-09-Q-0055_SYN-SOL/listing.html)
 
Record
SN01883263-W 20090724/090722234953-183301eb466a805a90c11ad75af7da61 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.