Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2010 FBO #3136
MODIFICATION

16 -- Night Vision Filter Kit

Notice Date
6/24/2010
 
Notice Type
Modification/Amendment
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 914 AW/LGC, 2720 Kirkbridge Drive, Niagara Falls IAP-ARS, New York, 14304-5001
 
ZIP Code
14304-5001
 
Solicitation Number
FA6670-10-Q-0034
 
Archive Date
7/16/2010
 
Point of Contact
ROBERT L KUCH, Phone: 716-236-2177, LORRAINE L MCMULLEN, Phone: 716-236-2216
 
E-Mail Address
robert.kuch@niagarafalls.af.mil, lorraine.mcmullen@niagarafalls.af.mil
(robert.kuch@niagarafalls.af.mil, lorraine.mcmullen@niagarafalls.af.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR QUOTE FA6670-10-Q-0034 914th Airlift Wing Niagara Falls, Air Reserve Station Niagara Falls, NY 14304 17 June 2010 THIS IS A COMBINED SYNOPSIS/SOLICATION for commercial services 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 publication. Proposals are being requested and a written solicitation will not be issued. Solicitation number FA6670-10-Q-0034 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-32. This solicitation is 100% small business set-aside. The North American Industrial Classification System (NAICS) code for this commercial service is 339999 with a small business size standard of 500 employees This request is in support of Operations at the 914th Airlift Wing, Air Force Reserve Station, Niagara Falls, NY 14304. Delivery is FOB Destination. FOB Destination shall be Niagara Falls ARS, NY 14304. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses are applicable to this procurement and the selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.204-7 Central Contractor Registration, FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.219-6 Notice of Total Small Business Set-aside, FAR 52.219-28 Post Award Small Business Program Representation, FAR 52.222-3 Convict Labor, FAR.222.19 Child Labor, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-50 Combating Trafficking in Persons, FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration, FAR 52-222-36 Affirmative Action for Workers with Disabilities; FAR 52-223-6 Drug-Free Workplace, FAR 52.233-1 Disputes, FAR 52.233-4 Applicable Law for Breach of Contract Claim; DFARS 252.225-7001 Buy American Act, DFARS 252.204-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A; clauses incorporated in full text: FAR 52.212-3 Offeror Representations and Certifications--Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders--Commercial Items; FAR 52.219-1 Small Business Program Representations, FAR 52.252-2, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items; and DFARS 252.232-7003 Electronic Submission of Payment Requests. The full text of the referenced FAR clauses may be accessed electronically at http://farsite.hill.af.mil/ OFFERORS SHALL PROVIDE COMPLETED COPIES OF FAR 52.212-3 OR ONLINE REPRESENTATIONS AND CERTIFICATION APPLICATION (ORCA) RECORD WITH THEIR QUOTE. ORCA is located at http://orca.bpn.gov. Offerors are required to provide their Contractor's DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Offerors must be registered in the Central Contractor Registration (CCR) database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov. Offerors must have a current CCR record prior to receiving an award for this solicitation or for any future awards. Offerors must be registered or willing to register for electronic invoicing, in Wide Area Work Flow (WAWF-RA) databases. For WAWF-RA assistance, visit their website at: https://wawf.eb.mil or contact 910-451-1242. Offerors responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. All responsible sources may submit a response which, if received by closing, must be considered by the agency. The evaluation factors that will be used to determine by lowest price, responsive / responsible offeror. The closing date for this solicitation is 4 p.m. on 28 June 2010(EST). Offerors are responsible for ensuring that their quote has been received and is legible. Submit quote to robert.kuch@niagarafalls.af.mil This is a competitive commercial acquisition for the award of 1 firm fixed price contract to deliver night vision filter kits. The award will be made to the responsive, responsible contractor whose proposal is determined to be the most beneficial to the Government. For quote to be considered the Offeror will prepare & submit a proposal section on the attached price sheet. Objective: Night Vision Filter Kit Statement of Need: Night Vision Imaging System (NVIS) Lens Kit Statement of Work Vendor shall provide twelve NVIS lens cover kits for Aircraft assigned to Niagara Falls IAP-ARS, NY. Aircraft include four 1987, four 1989, and four 1991 C-130H2 models. Each kit will be interchangeable between series aircraft. Lens covers shall be non-permanent, anti-reflective coated removable passive filter assemblies for the following instruments and gauges: Description Length* Width * Pilots Attitude Director Indicator (ADI) 5.2" 5.2" Copilots Attitude Indicator (ADI) 5.2" 5.2" Pilots Horizontal Situation Indicator (HSI) 4.4" 5.2" Copilots Horizontal Situation Indicator (HSI) 4.4" 5.2" Pilots Barometric Altimeter 3.4" 3.4" Copilots barometric Altimeter 3.4" 3.4" Altitude Alerter/Preselect System 4.0" 2.5" Liquid Oxygen (LOX) Quantity Gauge 2.4" diameter Nose Wheel Steering Position Window 7.2" 3.6" *All dimensions are estimates only for approximation of filter material required. Vendor will be required to manufacture lens covers based on their own measurements and design. Lens cover filter material shall allow instruments and gauges to be daylight readable and instrument colors to be distinguishable. Light transmission through filter shall not cause Night Vision Goggles Automatic Gain Control (AGC) to activate. Lens covers shall not exhibit any light leaks. Aircrew will make final determination of acceptable performance of lens cover material. Lens covers will be designed to allow for aircrew installation and removal without requiring tools or modification to instruments. Lens covers will not cause interference with any instrument knob/control. Each lens cover will be labeled to indicate its location on the aircraft and if lens cover is not a universal fit between aircraft, label will include what year series aircraft it fits. Lens covers will be provided with a hard case to facilitate handling and storage. The cases will have cutouts to securely hold each lens cover and allow aircrew to rapidly inventory kit. The hard case will be labeled on the outside "C-130 NVIS KIT"; vendor may assign a part number if they choose. The inside of the kit shall have each cutout identified. Kits will have instructions stored in the hard case that describe proper installation, care, and cleaning of lens covers. Aircraft Instruments or gauges cannot be sent off premise for vendor use. Vendor can have access to instruments and gauges on the aircraft to take measurements and pictures. Vendor will be provided with an aircrew Point of Contact (POC) for arrangements once contract is awarded. Vendor will provide onsite assistance for initial installation to ensure acceptable NVIS performance. Initial kit delivery is required within four months of award of contract. Delivery must be priced FOB destination. REQUEST FOR QUOTE FA6670-10-Q-0034 914th Airlift Wing Niagara Falls, Air Reserve Station Niagara Falls, NY 14304 POINT OF CONTACT: Primary Robert Kuch, CIV 2720 Kirkbridge Drive Niagara Falls, NY 14304-5001 robert.kuch@niagarafalls.af.mil 716-236-2177 716-236-2357 Fax Alternates Lorraine McMullen, CIV lorraine.mcmullen@niagarafalls.af.mil 716-236-2216 Colleen Pollick, CIV colleen.pollick@niagarafalls.af.mil 716-236-2213 The closing date for this solicitation is 04:00PM on 01 JuLy 2010 Note: Price Quotation Sheet is missing the following two (2) items, Pilots Barometric Altimeter & Copilots Barometic Altimeter. Vendor will be quoting a total of nine (9) items. And not only seven(7).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/914AWLGC/FA6670-10-Q-0034/listing.html)
 
Place of Performance
Address: Niagara Falls Air Reserve Station, Niagara Falls, New York, 14304, United States
Zip Code: 14304
 
Record
SN02188043-W 20100626/100624235815-62143f3253ea8834f4c2b1dbb9a7682f (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.