Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2010 FBO #3151
SOLICITATION NOTICE

61 -- General Dynamics UIB-100 Power Interface Box - Brand Name Letter

Notice Date
7/9/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423690 — Other Electronic Parts and Equipment Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB, Florida, 32403-5526
 
ZIP Code
32403-5526
 
Solicitation Number
F4AT850090A001TYNDALL
 
Archive Date
7/30/2010
 
Point of Contact
Seth M. Stambaugh, Phone: 8502839625, Dustin L. Dallis, Phone: 8502833648
 
E-Mail Address
seth.stambaugh@tyndall.af.mil, dustin.dallis@tyndall.af.mil
(seth.stambaugh@tyndall.af.mil, dustin.dallis@tyndall.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment is brand name letter for UIB-100. 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/quotes are being requested and a written solicitation will not be issued. The solicitation reference number is F4AT850090A001 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-41. The North American Industry Classification System (NAICS) code is 423690. The business size standard is 100 employees. This requirement is for purchase of providing the General Dynamics UIB-100 Power Interface Box is a brand name request. Signed quotes must indicate quantity, unit price, and total amount for each item. Quotes should also include delivery time and warranty information. Contract Line Item Numbers (CLINs): CLIN 0001: (Qty 4 EA) General Dynamics UIB-100 Power Interface Box Award shall be made in the aggregate, all or none. All quotes need to include FOB destination with items being shipped to Tyndall AFB, FL 32403. The Government anticipates award on a best value basis. The Government reserves the right to award to other than the lowest offeror. Per FAR 52.212-2, the Government intends to award a contract to the responsible offeror whose offer conforming to the proposal will be the most advantageous to the Government based on technical capability of the item offered to meet the Government requirement, past performance, and price. The following factors shall be used to evaluate offers: 1. Technical capability of the item offered to meet the Government requirement 2. Price Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. The following FAR/DFARS/AFFARS provisions/clauses apply to this acquisition: 52.211-6 - Brand Name "Or Equal" 52.212-1 - Instructions to Offerors-Commercial Items 52.212-2 - Evaluation - Commercial Items 52.212-3 - Offeror Representations and Certifications -Commercial Items 52.212-4 - Contract Terms and Conditions - Commercial Items 52.212-5 - Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.219-1 Alt I - Small Business Program Representations 52.219-28 - Post-Award Small Business Program Rerepresentation 52.222-3 - Convict Labor 52.222-19 - Child Labor - Cooperation with Authorities and Remedies 52.222-21 - Prohibition of Segregated Facilities 52.222-22 - Previous Contracts and Compliance Reports 52.222-25 - Affirmative Action Compliance 52.222-26 - Equal Opportunity 52.222-36 - Affirmative Action for Workers with Disabilities 52.222-50 - Combat Trafficking Persons (Alt I if performance is outside U.S.) 52.232-33 - Payment by Electronic Funds Transfer-CCR 52.233-4 - Applicable Law for Breach of Contract Claim 52.247-34 - F.O.B. Destination 52.252-1 - Solicitation Provisions Incorporated by Reference 52.252-2 - Clauses Incorporated by Reference (http://farsite.hill.af.mil) 52.252-3 - Alterations in Solicitation 52.232-33 - Payment by Electronic Funds Transfer-CCR 52.212-4 - Contract Terms and Conditions-Commercial Items 52.247-34 - F.O.B. Destination 52.252-2 - Clauses Incorporated by Reference 52.252-6 - Authorized Deviations in Clause 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7000 - Buy American Act-Balance of Payment Program Certificate 252.225-7001 - Buy American Act and Balance of Payment Program 252.225-7002 - Qualifying Country Sources as Subcontractors 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 - Levies on Contract Payments 252.247-7023 - Transportation of Supplies by Sea 5352.201-9101 - Ombudsman WAWF - LOCAL CLAUSE Offerors shall complete a copy of the Online Offeror Representations and Certifications Application. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION (CCR) BEFORE BEING CONSIDERED FOR AWARD. Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. WIDE AREA WORKFLOW (WAWF). Use of electronic payment requests is MANDATORY and will speed up your payment processing and allow you to monitor your payment status online. There are no charges to use WAWF. Requests for payments must be submitted electronically via the Internet through the Wide Area WorkFlow system at https://wawf.eb.mil. Interested parties must include, with their quote, their CAGE code, tax identification number (TIN), and delivery date. Shipping terms will be F.O.B. Destination, Tyndall AFB, FL 32403 with inspection and acceptance at destination. NOTE: Interested parties submitting quotes MUST also include descriptive literature that demonstrates functional capabilities of their product. Please send any quotes/questions to the POCs listed in this posting NO LATER THAN 15 July 2010, 3:00 PM (CST). Anticipated award date is shortly after receipt of quotes.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/TynAFBCS/F4AT850090A001TYNDALL/listing.html)
 
Place of Performance
Address: 860 Beacon Beach Rd, Tyndall AFB, Florida, 32403, United States
Zip Code: 32403
 
Record
SN02200591-W 20100711/100709234727-1dab1fb43637cf34d6185e9116bda228 (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.