Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2009 FBO #2860
SOLICITATION NOTICE

63 -- STS-1400 Perimeter Surveillance Radars - STS-1400 Perimeter Surveillance Radars

Notice Date
9/21/2009
 
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 Mobility Command, AMC Specialized Contracting Branch (HQ AMC/A7KQ), 507 Symington Drive, Room W202, Scott AFB, Illinois, 62225-5022, United States
 
ZIP Code
62225-5022
 
Solicitation Number
FA445209QA070
 
Point of Contact
Evan W, Port, Phone: 6182569981
 
E-Mail Address
evan.port@scott.af.mil
(evan.port@scott.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 1: RFQ Information Sheet This is a combined synopsis/solicitation for a brand name only 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. There is no business size restriction for this solicitation. The North American Industry Classification System (NAICS) for this acquisition is 334511 with a Small Business Size Standard of 750 employees. Please identify your business size in your response based upon this standard. The solicitation number for this announcement is Request for Quote (RFQ) FA4452-09-Q-A070. It is the intent of the AMC Specialized Contracting Branch to award a firm fixed priced purchase order to one contractor for all components, offering the lowest total priced technically acceptable quote meeting the stated requirements for all line items, under Federal Acquisition Regulation (FAR) Part 12. Requirement is to provide a quantity of two (2) Brand Name Only STS-1400 High Resolution Radars and components as specified below. A response to this request shall consist of completion of Attachment 1, Request for Quote FA4452-09-Q-A070 Information Sheet and submission of descriptive literature that addresses the requirements listed within this synopsis/solicitation. Quotes are to be submitted FOB Destination. Price quotes shall be in accordance with items listed above and include any shipping cost within the unit price. Required delivery is NLT 45 days after receipt of order. Required Characteristics are as follows: STS-1400 Perimeter Surveillance Radar: Track targets within 5 meters to 1400 meters Detect personnel (walking/standing) out to 1400 meters Detect crawlers out to 500 meters Detect vehicles out to 1400 meters Minimum beam elevation control of 2.5 degrees for up and minimum 10 degrees for down Radiated power must be safe for human exposure False alarm rate of less than 2 per 24-hours All weather capability to detect targets within 1400 meters of the radar Must include: STS-1400 Wall Mount (Part #: 930-0046-00) PS-200 Control Station Software STS-1400 10m power and network cable (Part #: 939-0029-10) STS-1400 Fan Tail Cable: 10 meter cable mate connector and fan tail 2-year warranty (resulting in a 3-year warranty total) Engineer (1 engineer, 2 days onsite, no travel time or expenses included) to install and configure radars to integrate with the currently installed STS-350 Perimeter Security Radar Surveillance at Scott AFB The Government reserves the right to cancel this solicitation, with no obligation to the offeror by the Government. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. Offerors are required to submit with their quote a completed copy of FAR 52.212-3, Offeror Representations and Certification--Commercial Items, or provide notification that their Representations and Certifications are available on the Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov/. The clause at FAR 52.204-7 Central Contractor Registration applies to this acquisition. The clause at FAR 52.211-14, Notice of Priority Rating for National Defense, Emergency, Preparedness, and Energy Program Use applies to this acquisition. The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items, applies to this acquisition, with the following clauses: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; FAR 52.214-21, Descriptive Literature; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor--Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition with the following clauses: FAR 52.203-3, Gratuities; DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program; DFARS 252.227-7015, Technical Data--Commercial Items; DFARS 252.227-7037, Validation of Restrictive Markings on Technical Data; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.243-7002, Requests for Equitable Adjustment; and DFARS 252.247-7023, Transportation of Supplies by Sea. The clause at AFFARS 5352.201-9101 Ombudsman - (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of quotes, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings. (c) If resolution cannot be made by the contracting officer, concerned parties may contact the MAJCOM ombudsmen, Mr. Michael Jackson, HQ AMC/A7K, 507 Symington Dr, Scott AFB, IL 62225-5022, 618-229-0267, FAX 618-256-6668, email: Michael.jackson@scott.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM 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. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. The clause at FAR 52.211-15 Defense Priority and Allocation Requirements applies to this acquisition. This is a DO rated order under the Defense Priorities and Allocations System (DPAS). Wide Area Workflow procedures shall be used for invoicing and acceptance on this requirement. Quotes and any questions regarding this RFQ must be submitted by E-mail to Evan Port, evan.port@scott.af.mil no later than 24 September 2009, 12:00 p.m. central daylight time (CDT). Your E-mail submission must be checked and determined to be "virus-free" prior to submission. To view the clauses in full text, visit www.acqnet.gov/far or farsite.hill.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/AMCLGCF/FA445209QA070/listing.html)
 
Place of Performance
Address: See Attachment 1, Scott AFB, Illinois, 62225, United States
Zip Code: 62225
 
Record
SN01964463-W 20090923/090922001422-2562ed0b7c74c961b793cb924c4f639a (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.