Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2010 FBO #3176
MODIFICATION

59 -- Joint Range Extension (JRE) Spares Kit for 2500SR

Notice Date
8/3/2010
 
Notice Type
Modification/Amendment
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Combat Command, HQ ACC, 130 Douglas St., Suite 210, Langley AFB, Virginia, 23665-2791
 
ZIP Code
23665-2791
 
Solicitation Number
JREKITA901
 
Archive Date
8/28/2010
 
Point of Contact
Holly D. Prinzel, Phone: 7572257715, Elizabeth Pangrac, Phone: 757-225-7697
 
E-Mail Address
holly.prinzel@langley.af.mil, elizabeth.pangrac@langley.af.mil
(holly.prinzel@langley.af.mil, elizabeth.pangrac@langley.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION The Acquisition Management and Integration Center, Langley AFB, Virginia intends to award a firm-fixed price contract for Joint Range Extension (JRE) spares kit cable assemblies and laptop hard drive. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. This combined synopsis/solicitation is issued as a request for quote (RFQ) and is being issued as a 100%, small business set-aside. The solicitation number is JREKITA901. Request is for BRAND NAME or EQUAL. If providing an or equal item, the quote must state the items are an "or Equal" and the prospective offeror has the responsibility to ensure that any "or Equal" items proposed are bona fide "or Equals" to the items requested and must provide any descriptive literature and/or specifications with their quote by the specified due date for receipt of quotes, to assist in the evaluation of their "or Equal." The solicitation document, incorporated provision and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-44, Effective 16 July 2010. Prospective offerors must be CCR registered and must complete the ORCA on-line representation or provide a copy of their representation and certification as required by FAR Clause 52.212-3. The North American Industry Classification System (NAICS) code for this requirement is 423430. 1. Description: Brand name or EQUAL Joint Range Extension (JRE) Gateway "2500SR" Spares Kit, cable assembly and laptop hard drive. The JRE Gateway "2500SR" unit is manufactured by L3 Communications. The part numbers listed below are the manufacturers part numbers. This order will be FOB Destination to Langley AFB, Virginia. Shipping should be included in the vendor's quote Individual component salient characteristics listed below: CLIN 0001 (P/N 19201) = Quantity Required is 1 Joint Range Extension Spares Kit "2500SR" consisting of: - Case, Spares Kit - Hard Drive Module Assembly - Card Assembly, Magma - Card, MIL-STD-1553 - Card Assembly, PTI, RS-232 - Card Assembly, PTI, RS-422 - Card Assembly, Video - Item Location Card CLIN 0002 (P/N 19158) = Quantity Required is 2 Cable Assembly, RS-232 to PSC-5, 25' CLIN 0003 (P/N 15119-2) = Quantity Required is 2 Cable, SADL DATA (IP) RT-1720 CLIN 0004 (P/N 30173) = Quantity Required is 3 Cable, SADL Power CLIN 0005 (P/N 30271) = Quantity Required is 1 Cable, USB TO PRC-117 CLIN 0006 (P/N 19187) = Quantity Required is 1 Hard Drive, JRE, Semi-Rugged Note: New Equipment ONLY will be accepted: NO remanufactured, renewed, refurbished, or "gray market" items will be accepted by the Government. All items must be covered by the manufacturer's warranty. 3. Delivery: 120 Days ARO - FOB Destination (Langley AFB, Virginia) 4. EVALUATION: Price Only 5. The following provisions and Clauses are applicable: a. 52.211-6, Brand Name or Equal b. 52.212-1 Instructions to Offerors - Commercial c. 52.212-3 Offeror Representations and Certifications Please include a completed copy of 52.212-3 or complete at https://orca.bpn.gov/ d. 52.212-4 Contract Terms and Conditions - Commercial Items e. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. f. 52.247-34 F.O.B. Destination g. 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. h. 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. i. 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items j. 252.232-7003 Electronic Submission of Payment Requests k. 252.246-7000 Material Inspection and Receiving Report l. 5352.201-9101, Ombudsman 6. GSA or Open Market Please indicate if your quote is open market or on the GSA Schedule (provide specific schedule) Quote must include all required items as BRAND NAME or EQUAL. Each vendor must provide manufacturer part number and extended specifications of the exact model being proposed for all line items. Partial quotes will not be accepted. Please ensure the quote is line item priced according to CLIN structure listed above. Shipping must be included in the vendor's quote. Each quote should contain Vendors Name, DUNS number, Tax ID number, POC, Address, Telephone Number, and Email contact information. Vendor quotes should be valid for at least 30 days from close of this announcement. Quotes are due to this office by 13 August 10, 4:00 PM EST. Late quotes will not be considered for award purposes. The government plans to use e-mail as the primary means of disseminating and exchanging information. 7. POC for this RFQ is Ms. Holly Prinzel ACC AMIC/PKA, email: holly.prinzel@langley.af.mil (757) 225-7715. Secondary POC: Ms. Elizabeth Pangrac, ACC AMIC/PKA, email elizabeth.pangrac@langley.af.mil (757) 225-7697.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/HQACC/JREKITA901/listing.html)
 
Place of Performance
Address: ACC Aquisition Management & Integration Center, Langley AFB, Virginia, 23606, United States
Zip Code: 23606
 
Record
SN02227522-W 20100805/100803235958-6dfdb1ce60059f90726b85986f9e018a (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.