Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2010 FBO #3177
SOLICITATION NOTICE

59 -- Communications Network Radio Subsystem (CNRS) kits.

Notice Date
8/4/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334417 — Electronic Connector Manufacturing
 
Contracting Office
National Guard Bureau, Contracting Support, ATTN: NGB-AQC, 1411 Jefferson Davis Highway, Arlington, VA 22202-3231
 
ZIP Code
22202-3231
 
Solicitation Number
W9133L10Q0001
 
Response Due
8/19/2010
 
Archive Date
10/18/2010
 
Point of Contact
Jon Ransom, 520-295-6938
 
E-Mail Address
National Guard Bureau, Contracting Support
(jon.ransom@ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. (I) 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 separate written solicitation will not be issued. (II) The solicitation, number W9133L-10-Q-0001 is issued as a Request for Quotation (RFQ). (III) This RFQ document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-27. (IV) This solicitation is set aside for small businesses. The NAICS code is 334417, and the size standard is 500. (V) The anticipated contract will consist of one line item consisting of fifty (Qty: 50) kits. (VI) COMMERCIAL ITEM DESCRIPTION: Communications Network Radio Subsystem (CNRS) kit to include one (1) each of the following: (a) CNRS TO Defense Advanced GPS Receiver (DAGR) 28inch Cable; (b) CNRS to BB-2590 28inch Cable; (c) CNRS to Multiband Inter team Radio (MBITR) battery 28inch Cable; (d) CNRS to Cigarette lighter power adapter 48inch Cable; (e) CNRS to PEQ-10 10inch Crypto Fill Cable; (f) CNRS to Antenna 24inch Extension Cable; (g) Tuf Duck 420-450MHz 10 Antenna. (VII) FOB Destination (52.247-34, F.O.B. Destination) not to exceed (NTE) 120 days after receipt of order. (VIII) The provision at FAR 52.212-1, Instructions To Offerors -- Commercial Items applies. No addenda. (IX) The provision at FAR 52.212-2, Evaluation -- Commercial Items applies. The Government anticipates awarding a firm-fixed price contract resulting from this RFQ to the responsible offeror whose quote represents the best value to the Government. (X) The provisions at FAR 52.212-3 and DFARS 252.212-7000 Offeror Representations and Certifications -- Commercial Items, and 52.219-1 -- Small Business Program Representations (NAICS and small business size standard are provided above.), apply. These provisions are fill-in and Offerors must complete all applicable portions and submit the completed copy with their quote. (XI) The following apply: FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (July 2010); DFARS 252.204-7004 Required Central Contractor Registration -- Commercial Items. No addenda. (XII) The clauses at FAR 52.212-5 and DFARS 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies. As prescribed in FAR 52.212-5(b), the following apply: 52.219-6, 52.219-28, 52.222-21, 52.222-26. (XIII) The following clauses/provisions apply: All cited provisions and clauses apply in their latest revision. Most current information is available for all provisions and clauses at http://farsite.hill.af.mil/. DFARS 252.232-7003, Electronic submission of Payment Requests DoD requires payment requests to be submitted and processed electronically. Contractors must familiarize themselves with this clause and DFARS 252.232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause. 52.204-7, Central Contractor Registration 52.222-3, Convict Labor 52.222-19, Child Labor Cooperation with Authorities and Remedies 52.222-36, Affirmative Action for Workers with Disabilities 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration. 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/these address(es): http://farsite.hill.af.mil 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.212-7001, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items (Jun 2010) (a) The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which, if checked, is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components. ____ 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207). (b) The Contractor agrees to comply with any clause that is checked on the following list of Defense FAR Supplement clauses which, if checked, is included in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components. (1) _X__ 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) (Section 847 of Pub. L. 110-181). (2) ____ 252.205-7000, Provision of Information to Cooperative Agreement Holders (DEC 1991) (10 U.S.C. 2416). (3) ____ 252.219-7003, Small Business Subcontracting Plan (DoD Contracts) (APR 2007) (15 U.S.C. 637). (4) ____ 252.219-7004, Small Business Subcontracting Plan (Test Program) (AUG 2008) (15 U.S.C. 637 note). (5) _X__ 252.225-7001, Buy American Act and Balance of Payments Program (JAN 2009) (41 U.S.C. 10a-10d, E.O. 10582). (6) ____ 252.225-7008, Restriction on Acquisition of Specialty Metals (JUL 2009) (10 U.S.C. 2533b). (7) ____ 252.225-7009, Restriction on Acquisition of Certain Articles Containing Specialty Metals (JUL 2009) (10 U.S.C. 2533b). (8) ____ 252.225-7012, Preference for Certain Domestic Commodities (JUN 2010) (10 U.S.C. 2533a). (9) ____ 252.225-7015, Restriction on Acquisition of Hand or Measuring Tools (JUN 2005) (10 U.S.C. 2533a). (10) ____ 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings (MAR 2006) (Section 8065 of Public Law 107-117 and the same restriction in subsequent DoD appropriations acts). (11) (i)____ 252.225-7021, Trade Agreements (APR 2010) (19 U.S.C. 2501-2518 and 19 U.S.C. 3301 note). (ii)____ Alternate I (SEP 2008) (12) ____ 252.225-7027, Restriction on Contingent Fees for Foreign Military Sales (APR 2003) (22 U.S.C. 2779). (13) ____ 252.225-7028, Exclusionary Policies and Practices of Foreign Governments (APR 2003) (22 U.S.C. 2755). (14)(i) ____ 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program (JUL 2009) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note). (ii) ___ Alternate I (JUL 2009) of 252.225-7036. (15) ____ 252.225-7038, Restriction on Acquisition of Air Circuit Breakers (JUN 2005) (10 U.S.C. 2534(a)(3)). (16) ____ 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (SEP 2004) (Section 8021 of Public Law 107-248 and similar sections in subsequent DoD appropriations acts). (17) ____ 252.227-7015, Technical Data--Commercial Items (NOV 1995) (10 U.S.C. 2320). (18) ____ 252.227-7037, Validation of Restrictive Markings on Technical Data (SEP 1999) (10 U.S.C. 2321). (19) ____ 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227). (20) ____ 252.237-7019, Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Public Law 108-375). (21) ____ 252.243-7002, Requests for Equitable Adjustment (MAR 1998) (10 U.S.C. 2410). (22)____ 252.247-7003, Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (JUL 2009) (Section 884 of Public Law 110-417). (23)(i) ____ 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (ii) ____ Alternate I (MAR 2000) of 252.247-7023. (iii) ____ Alternate II (MAR 2000) of 252.247-7023. (iv) ____ Alternate III (MAY 2002) of 252.247-7023. (24) ____ 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (c) In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5), the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: (1) 252.237-7019, Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Public Law 108-375). (2) 252.247-7003, Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (JUL 2009) (Section 884 of Public Law 110-417). (3) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (4) 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (XIV) N/A (XV) N/A (XV) Quotes are due to Air National Guard and Air Force Reserve Command Test Center (AATC), Bldg 10, Contracting, AATC/DTC, 1600 E Super Sabre Dr, Tucson AZ 85706 by 19 August 2010, 12pm Mountain Standard Time (MST). Email quotes are encouraged/accepted at jon.ransom@ang.af.mil; FAX quotes will be accepted at 520-295-6913. When submitting a quote, please provide the following: tax ID number, Cage Code, and complete contact information to include e-mail address. (XVI) Point of Contact is SMSgt Jon D. Ransom, 520-295-6938, jon.ransom@ang.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA90/W9133L10Q0001/listing.html)
 
Place of Performance
Address: Air National Guard and Air Force Reserve Command Test Center (AATC), Contracting Office Bldg 10, 1600 E Super Sabre Dr Tucson AZ
Zip Code: 85706
 
Record
SN02228195-W 20100806/100804234651-7f9006a448c94008d90b7b3b57f23fb8 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.