Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2010 FBO #3178
MODIFICATION

58 -- DSAN AccessPoint

Notice Date
8/5/2010
 
Notice Type
Modification/Amendment
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 20 CONS, 321 Cullen Street, Shaw AFB, South Carolina, 29152, United States
 
ZIP Code
29152
 
Solicitation Number
FA4803-10-Q-A194
 
Point of Contact
Jason D. Crockett, Phone: 8038955353, Daniel P. Kane, Phone: 8038955354
 
E-Mail Address
jason.crockett.ctr@shaw.af.mil, daniel.kane@shaw.af.mil
(jason.crockett.ctr@shaw.af.mil, daniel.kane@shaw.af.mil)
 
Small Business Set-Aside
N/A
 
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. This solicitation will be evaluated and awarded per the prescribed procedures of FAR Part 13, Simplified Acquisition Procedures. The solicitation number for this procurement is FA4803-10-Q-A194 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-42, Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20100713 and Air Force Acquisition Circular (AFAC) 2010-0402. The North American Industry Classification System code for this acquisition is 334290, Other Communications Equipment Manufacturing with a Size Standard of 750 Employees. This acquisition is UNRESTRICTED. This is a BRAND NAME firm-fixed price procurement and will be procured using commercial item procedures and award selection will be made based on Price. This requirement is for: Line Item 0001 - 32 ea of DSAN Rugged AccesPoint Field Env; 01-0003103-003; Mfg: General Dynamics Line Item 0002 - 32 ea of DSAN Rugged AccessPoint Software License, Single; Mfg: General Dynamics Line Item 0003 - 32 ea of DSAN Rugged AccessPoint Desktop Stand; 20072571-001; Mfg: General Dynamics Line Item 0004 - 32 ea of Telex PH-44 Light Weight Headset with PTT; 30-0004032-001; Mfg: General Dynamics Line Item 0005 - 1 ea of 2 Year Additional Warranty; Mfg: General Dynamics The RFQ's submitted shall contain the following information: RFQ number, time specified for receipt of offers, name, address, telephone number of offeror, terms of the expressed warranty, price, any discount terms and acknowledgement of all solicitation amendments (if applicable). Quote shall also contain all other documentation specified herein. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. Period of Acceptance for Offerors: The offeror agrees to hold the prices in its offer firm for 45 calendar days from the date specified for receipt of offers, unless another time period is stated in an addendum to the solicitation. Late offers: Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers will be handled in accordance with FAR 52.212-1(f). The following FAR clauses and provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items. Late offers: Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers will not be considered. Evaluation/Award: IAW FAR 52.212-2, Evaluation-Commercial Items applies to this acquisition. The Government will award a single contract resulting from this solicitation to the responsive responsible offeror whose quote conforms to the solicitation and will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate quotes: Price. This is a BRAND NAME requirement and "OR EQUALS" WILL NOT BE CONSIDERED. 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. The following clauses are hereby incorporated by reference: FAR 52.212-3 Offerors Representations and Certifications Commercial items or do so on-line at http://orca.bpn.gov. The following clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions Commercial Items; 52.203-3 Gratuities 52.203-6 Alt I Restrictions On Subcontractor Sales to the Government; 52.209-6 Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-8 Utilization of Small Business Concerns; 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 Safeguard; 52.222-26 Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50 Combat Trafficking in Persons; 52.225-13 Restriction 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; 252.203-7000 Requirements Relating to Compensation Of Former DoD Officials; 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.204-7003 Control of Government Personnel Work Product; 252.225-7001 Buy American Act And Balance of Payments Program; 252.225-7012 Preference for Certain Domestic Commodities; 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; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes o Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEVIATION); 252.243-7001 Pricing of Contract Modifications; 252.243-7002 Requests for Equitable Adjustment; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Deviation); 52.204-5 Women-Owned Business (Other than Small Business); 52.233-2 Service of Protest; 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; 252.212-7000 Offeror Representations and Certifications- Commercial Items; 252.225-7000 Buy American Act -- Balance of Payments Program Certificate (Deviation); 52.252-5 Authorized Deviations in Provisions; 52.252-6 Authorized Deviations in Clauses; 5352.201-9101 Ombudsman. Potential contractors must be registered in the Central Contractor Registry (CCR) to be eligible for award. The CCR internet web site is http://www.ccr.gov. Offers are due by 20 Aug 2010, 2:00 PM Eastern Standard Time. Submit offers via fax to (803) 895-5339 or email to jason.crockett.ctr@shaw.af.mil. Delivery: Shaw AFB, Sumter, SC 29152.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/20CONS/FA4803-10-Q-A194/listing.html)
 
Place of Performance
Address: 609 ACOMS, Shaw AFB, South Carolina, 29152, United States
Zip Code: 29152
 
Record
SN02230264-W 20100807/100805235439-3e38aa224c330c0eac5e234aab87f69d (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.