Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 19, 2010 FBO #3037
SOLICITATION NOTICE

J -- Base year and 2 option years os standard fullmaintenance and yearly calibration support of Aeroflex IFR radio test equipment as identified in the body of this synopsis/solicitation - combined synopsis/solicitation

Notice Date
3/17/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of Agriculture, Forest Service, WO-AQM IT Support, 333 Broadway Blvd, SE, Albuquerque, New Mexico, 87102
 
ZIP Code
87102
 
Solicitation Number
PR371474AeroflexEquipment
 
Archive Date
4/15/2010
 
Point of Contact
Jan Satterwhite, Phone: 505-842-3151, James G. Bailey, Phone: 505-842-3382
 
E-Mail Address
jsatterwhite@fs.fed.us, jgbailey@fs.fed.us
(jsatterwhite@fs.fed.us, jgbailey@fs.fed.us)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work for Aeroflex IFR equipment repair/calibration. 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 solicitation number is PR371474AeroflexEquipment. The solicitation is a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. This solicitation is an unrestricted set-aside, open market. NAICS code: 334515, See attached statement of work for a list of equipment to be maintained and calibrated. FOB destination: Delivery location: Return to unit specified when equipment is received. The vendor must be capable of repairing, calibrating, and delivering the equipment listed within the contract within 14-days of equipment delivery to repair facility. The provision at 52.212–1, Instructions to Offerors—Commercial, applies to this acquisition. The provision at 52.212–2, Evaluation—Commercial Items, if used, and the specific evaluation criteria to be included in paragraph (a) of that provision is: Evaluation factors and significant subfactors as stated in the solicitation are as follows. Award will be made on the basis of the lowest evaluated price of a proposal meeting or exceeding the acceptability standards for non-cost factors. (a) 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: The non-cost factors are: 1) Meets the technical requirements of the specifications; and 2) Meets required delivery date as specified in the solicitation; and 3) Past Performance. (b) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors must include a completed copy of the provision at 52.212–3, QUOTES SHALL INCLUDE THE FOLLOWING: 1. Completed Standard Form 1449 2. Narrative that addresses how you will meet the Technical Requirements and the Required Delivery Date (ATTACHED SOW). 3. Provide no less than 2 contracts in the past 3 years that represent relevant past and present performance. The 2 contracts that represent relevant past and present performance documents must include 1 Prime Contractor Past Performance and 1 Sub-Contractor Past Performance. Vendor must include the following information for each contract: Name of Contract, Contract Number, Total Contract Value, Completion Date, or stage of completion if still in progress, Contractor’s Officers Name, address telephone, Project location and whether the project was completed timely Only references for projects of similar size, scope, and complexity are desired. 4. Completed pricing schedule (ATTACHED) Offeror Representations and Certifications—Commercial Items, with their offer. The clause at 52.212–4, Contract Terms and Conditions—Commercial Items, applies to this acquisition.. The clause at 52.212–5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Items, applies to this acquisition. Additional FAR clauses cited in the clause that are applicable to the acquisition are: 52.203-6, 52.219-27, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.223-15, 52.225-5, 52.225-13, 52.232-33, 52.239-1, 52.223-15 See Statement of Work for Warranty requirements. The offers are due back 3/31//2010 by 08:00 AM MT. Only offers received by the due date will be considered. Place offers are due: WO AQM IT Support Branch Attn: Jan Satterwhite 333 Broadway Blvd, SE Albuquerque, NM 87102 If you have any questions please direct them to Jan Satterwhite @ 505-842-3151 for this solicitation. She will be available Tuesdays through Thursdays.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/WOAQMITS/PR371474AeroflexEquipment/listing.html)
 
Place of Performance
Address: Vendor repair facility., United States
 
Record
SN02095293-W 20100319/100317235314-3e56fdb68fdfca3c1ee12cf6b79d8dc7 (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.