Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2009 FBO #2861
SOLICITATION NOTICE

58 -- Notice of Intent to Award Sole Source to Telephonics Corporation

Notice Date
9/22/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
127 MSC, Contracting Division, 43200 Maple Street, Building 105, Selfridge Air National Guard Base, MI 48045-5213
 
ZIP Code
48045-5213
 
Solicitation Number
W912JB-09-T-4058
 
Response Due
9/25/2009
 
Archive Date
11/24/2009
 
Point of Contact
Joseph Michael Lievois, 586-239-2865
 
E-Mail Address
127 MSC
(joseph.lievois@ang.af.mil)
 
Small Business Set-Aside
N/A
 
Description
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. (II) Solicitation W912JB-09-T-4058 is being issued as a Request for Quotation. (III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-36. (IV) This acquisition is Brand Name/Sole Source from Telephonics Corporation, a large business. A Brand Name/Sole Source Justification shall be posted with this synopsitation. The associated NAICS code for this acquisition is 334511, standard industrial classification 3812, small business size 750 employees. (V) The Combined Synopsis/Solicitation is W912JM-09-T-4058. This is a firm fixed price type contract for line item#: (1) Telephonics/Trulink Transceiver, p/n CF0095-M3, unit# 780-1000-003, 14 Ea., (2) Portable Transceiver, part# CF0095-M5, unit# 780-1000-001, 47 Ea. (3) Protective Pouch, p/n AMTC-P1189-UC, that holds Telephonics p/n 780-1000-001, 47 Ea., (4) Protective Pouch, orange in color, p/n 999-637111, must hold p/n 780-1000-003, 14 Ea., (5) Platform Interface Cable p/n JB6856-M12, must interface p/n 780-1000-003 with the aircraft system, 14 Ea., (6) DPT Headset Adapter, p/n CC6658-M7, 14 Ea., (7) GUI Tool, p/n 015.0126-00, 1 Ea., (8) Support Station, p/n 780-3000-001, 9 Ea., (9) Dual Port Charging Cable, p/n CC6834-MO, 9 Ea., (10) Telephonics/Trulink Transceiver, p/n CF0095-M3, unit# 780-1000-003, 10 Ea., (11) Portable Transceiver, part# CF0095-M5, unit# 780-1000-001, 30 Ea., (12) Platform Interface Cable p/n JB6856-M12, must interface p/n 780-1000-003 with the aircraft system, 10 Ea., Protective (13) DPT Headset Adapter, p/n CC6658-M7, 10 Ea., (14) Protective Pouch, orange in color, p/n 999-637111, must hold p/n 780-1000-003, 10 Ea., (15) Pouch, p/n AMTC-P1189-UC, that holds Telephonics p/n 780-1000-001, 30 Ea., (16) GUI Tool, p/n 015.0126-00, 1 Ea., (17) Support Station, p/n 780-3000-001, 3 Ea., (18) Dual Port Charging Cable, p/n CC6834-MO, 3 Ea. (VI) Description as seen in V above, and the configuration of devices, 120 delivery, and one day of training in a classroom at Selfridge ANGB is included in the requirement. (VII) FOB point is Destination to Selfridge Air National Guard Base, MI 48045; line items 1-9 delivered and accepted at 127 AGS, 28732 Wilbur Wright Blvd., Selfridge ANGB MI 48045; line items 10-18 delivered and accepted at 191 MXS, 29440 Wilbur Wright Blvd., Selfridge ANGB MI 48045. Delivery in 120 days or less is required. (VIII) The provision, in its latest edition, at FAR 52.212-1, Instructions to Offerors, Commercial, applies to this acquisition. (IX) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1) technical capability of the item offered to meet the Government requirement, 2) price, and 3) past performance. (X) Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items with their offer. (XI) The following clause in its latest edition applies to this solicitation: FAR 52.212-4, Contract Terms and Conditions Commercial Items. (XII) The following clause in its latest edition applies to this solicitation: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEVIATION). Additional FAR clauses cited within the above clause are applicable and will be incorporated into the solicitation and the resulting contract. (XIII) The following provisions are incorporated by reference: 52.219-1ALT I, Small Business Program Representations; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country ; 252.225-7000, Buy American Act--Balance of Payments Program Certificate; 252.247-7022 Representation of Extent of Transportation by Sea; 52.203-3, Gratuities; 52.203-6 ALT 1, Restrictions on Subcontractor Sales to the Government; 52.204-4 Printed or Copied Double-Sided on Recycled Paper; 52.204-7 Central Contractor Registration; 52.204-9 Personal Identity Verification of Contractor Personnel; 52.219-28 Post-Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-21 Prohibition Of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action For Workers With Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.222-50 Combating Trafficking in Persons; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.246-2 Inspection of SuppliesFixed-Price; 52.252-2, Clauses Incorporated By Reference, 52.252-6, Authorized Deviations In Clauses; 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A; 252.212-7001 (DEV), Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items; 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012 Preference for Certain Domestic Commodities ; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports ; 252.232-7010 Levies on Contract Payments; Clauses that follow shall appear in Full Text: 52.225-2, Buy American Act Certificate; 52.233-2 Service of Protest; 52.252-2 Clauses Incorporated By Reference; 52.252-6 Authorized Deviations In Clauses; 252.212-7000 Offeror Representations and Certifications--Commercial Items ; Buy American Act-Free Trade Agreement-Balance Of Payments Program Certificate; 252.243-7002, Requests For Equitable Adjustment. (XIV) DPAS does not apply. (XV) All information relating to this solicitation, changes/amendments, questions and answers, will be posted on the following website: (www.fbo.gov). Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address below. All answers (on a non-attribution basis) will be posted on the FedBizOpps web site. They will be contained in the plans section in a document titled Questions and Answers. Offerors are requested to submit questions to the email address noted below not later than, 1:00 P.M. EST, 25 Sep 2009. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). Offers that provide fully the requirement solicited will be due to the 127 MSC, 43200 Maple Street, BLDG. 105, Selfridge ANG Base, Michigan 48045-5213, by 1:00 P.M. EST, 25 Sep 2009. Email quotes will be accepted at 127wg.contractomb@ang.af.mil, please CC: joseph.lievois@ang.af.mil. (XVI) Point of Contact for this solicitation is Joe Lievois (586) 239-2865.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA20-2/W912JB-09-T-4058/listing.html)
 
Place of Performance
Address: 127 MSC Contracting Division, 43200 Maple Street, Building 105 Selfridge Air National Guard Base MI
Zip Code: 48045-5213
 
Record
SN01964939-W 20090924/090923000711-5c38bae7b147cbc748b9f7f16ccd2564 (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.