Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2010 FBO #3156
SOLICITATION NOTICE

99 -- Altemeters Test Chambers

Notice Date
7/14/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, North Carolina, 28310
 
ZIP Code
28310
 
Solicitation Number
H92239-10-T-0040
 
Point of Contact
Larry W. Metcalf, Phone: 9104323174, Barbara L Bowles, Phone: 910-432-8598
 
E-Mail Address
larry.metcalf@soc.mil, bowlesb@soc.mil
(larry.metcalf@soc.mil, bowlesb@soc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The US Army Special Operations Command, Fort Bragg, North Carolina has a requirement for purchase and delivery of 8 each, TC-21 Portable Barometric Test Chambers for testing MA-10 wrist altimeters in accordance with the description contained herein. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.601 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. All quotes shall include reference number H92239-10-T-0040. Solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-44. Clauses and provisions are available in full text at www.farsite.hill.af.mil It is the Contractor's responsibility to be familiar with all applicable clauses and provisions. The North American Industry Classification System Code (NAICS) is 334511. Size Standard is 750 employees. This requirement is 100% set aside for small business. REQUIREMENT: BRAND NAME or EQUAL. TC-21 Portable Barometric Test Chambers for testing MA-10 wrist altimeters. The TC-21 is designed to test up to 10 military altimeters over a complete range of altitudes. The TC-21 uses both vacuum and positive pressure sources to test from -1000 feet to 30,000 feet MSL and is supplied with an 110V pump. Alti-2, Inc., 1200 Flight Line Blvd. Ste 5, Deland, FL 32724 is the manufacturer of the equipment, 8 each, NSN: 6625-01-544-0273. DELIVERY: Please include shipping costs and proposed delivery dates to Fort Bragg, NC 28310. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition: 52.212-1, Instructions to Offers-Commercial Items (JUN 2008); 52.212-2, Evaluation Commercial Items (JAN 1999), with the following evaluation factors inserted in paragraph (a) of the provision: The Government will award a purchase order resulting from this request for quotation 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: Low Price Technically Acceptable (LPTA). Technical and past performance, when combined, are equal to price. 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2009) and Defense Federal Acquisition Supplement (DFARS) 252.212.7000, Offeror Representations and Certifications-Commercial Items (JUN 2005) are applicable to this requirement and offerors shall include a completed copy of the Representations and Certifications with their bid. The following FAR Clauses are applicable to this acquisition: 52.219-6 Notice of Total Small Business Set Aside (JUN 2003); 52.212-4, Contract Terms and Conditions-Commercial Items (MAR 2009); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (FEB 2010), with the following clauses being applicable to the solicitation: 52.203-6 Alt I, 52.222-26, 52.232-33, 52.222-36, and 52.222-35, 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003). Additionally, DFARS 252.204-7004, Required Central Contractor Registration (SEPT 2007); 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Applicable to Defense Acquisition of Commercial Items (NOV 2009); 252.232-7003, Electronic Submission of Payment Request Receiving Reports (MAR 2008). QUOTES ARE DUE: Quotes shall be received at HQ-USASOC ATTN: AOCO (Larry W. Metcalf), Fort Bragg, North Carolina, 28310, not later than 4:00 p.m., July 28, 2010. Fax submissions will be accepted at (910) 432-9345. E-mail submissions will be accepted at larry.metcalf@soc.mil, however, it is the contractor's responsibility to ensure that fax and e-mail submissions are received by the contracting officer. Quotes shall include: (1) letter signed by an individual authorized to bind the organization, with a schedule of offered items to include unit and total price, (2) completed Representations and Certifications, (3) descriptive literature, (4) acknowledgement of any amendments that may be issued, and (5) letter certifying the offeror is an authorized seller from the manufacture. Items called for by this request for quotation have been identified in the schedule by a "brand name or equal" description. Such identification is intended to be descriptive but not restrictive and is to indicate the quality and characteristics of products that will be satisfactory. Quotations offering "equal" products will be considered for award if such products are clearly identified and are determined by the Government to fully meet the salient characteristics and requirements listed in the solicitation. To ensure that sufficient information is available for technical evaluation, the offeror shall furnish descriptive material (technical information, brochures, drawings, or other information) necessary for the purchasing activity to determine whether the product offered meets the salient characteristics of the requirement. Offerors not providing sufficient technical information may be excluded from competition. Questions concerning this acquisition shall be submitted in writing and e-mailed to the contracting officer's address provided no later than 4:00pm EST, 20 July 2010. Telephonic questions pertaining to the technical requirement of this solicitation will not be answered. All answers will be provided via an amendment to the solicitation. Any amendments that may be issued will be published in the FBO the same as this combined synopsis/solicitation. The point of contact for this requirement is Larry W. Metcalf, Contract Specialist at (910) 432-3174, e-mail larry.metcalf@soc.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/FortBraggNC/H92239-10-T-0040/listing.html)
 
Place of Performance
Address: U.S. Army Special Operations Command, Fort Bragg, NC 28310, Fort Bragg, North Carolina, 28310, United States
Zip Code: 28310
 
Record
SN02206222-W 20100716/100714235556-4ce1e89ac61e68115d7b69c9b90d4708 (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.