Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2010 FBO #3179
SOLICITATION NOTICE

69 -- 360 Degree Turning Monorail Target Tetrieval System - J&A

Notice Date
8/6/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332995 — Other Ordnance and Accessories Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB - 902 Contracting Office, 395 B Street West Suite 2, Randolph AFB, Texas, 78150-4525, United States
 
ZIP Code
78150-4525
 
Solicitation Number
F3P3AW0211A001
 
Archive Date
8/26/2010
 
Point of Contact
Yolanda Lillard, Phone: 210-652-9106, Rhonda F Chavez, Phone: 210-652-5176
 
E-Mail Address
yolanda.lillard@randolph.af.mil, rhonda.chavez@randolph.af.mil
(yolanda.lillard@randolph.af.mil, rhonda.chavez@randolph.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sole Source Justification and approval 1. The 902d Contracting Squadron, Randolph AFB TX, has a requirement to provide: a 360 Degree Turning Monorail Target Retrieval System, located at the 902 SFS at Randolph AFB, TX. Award will be made in accordance with FAR Parts 12 and 13.5 using Simplified Acquisition Procedures (SAP). This will be a sole source award to Meggitt Training Systems. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and 13.5, as supplemented with additional information included in this notice. This combined synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-41. The associated North American Industry Classification System Code (NAICS) is 332995 size standard $17.0 Million. This synopsis is approved for a sole source contract action as authorized in FAR 6.302-1. No solicitation package will be issued. However, all interested sources may identify their interest but must provide proof of capability to provide an acceptable product by submitting pricing data, an accurate description of the equipment offered and make and model number of the equipment. Only responses containing this data will be considered for the purpose of determing whether to conduct a competitive procurement. Award will be made on the basis of responses received to this synopsis. If no favorable responses are received by 11 August 2010, 2:30 p.m. Central Standard Time, a contract will be negotiated with the above name source. 2. The following clauses and provisions are applicable to this solicitation and can be viewed through Internet access at the FAR Site, http://farsite.hill.af.mil; FAR 52.212-2, Evaluation - Commercial Items. 52.212-3 Offeror Representations and Certifications - Commercial Items; 52.252-1 Solicitation Provisions Incorporated by Reference http://farsite.hill.af.mil; 252.212-7000; Offeror Representations and Certifications - Commercial Items; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 5352.201-9101 Ombudsman. The following clauses and provisions are applicable to the resulting contract: 52.203-3 Gratuities; 52.203-6, Alt I Restrictions on Subcontractor Sales to the Government; 52.204-7 Central Contractor Registration; 52.212-4 Contract Terms and Conditions - Commercial Items and 52.212-4 Addendum; 52.212-5 Deviation: Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; 52.219-8 Utilization of Small Business Concerns (Deviation); 52.219-14 Limitations on Subcontracting 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; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; 52.223-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.252-2 Clauses Incorporated by Reference http://farsite.hill.af.mil; 52.252-6 -- Authorized Deviations in Clauses (Apr 1984) The use in this solicitation or contract of any FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (July 2010) deviation (48 CFR 2001-00002/2004-00002) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. 252.204-7004 Alternate A, Central Contractor Registration; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.227-7015 Technical Data-Commercial Items; 252.227-7037 Validation of Restrictive Markings on Technical Data; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010 Levies on Contract Payments; 252.243-7001 Pricing on Contract Modification; 5352.201-9101 Ombudsman; WAWF Invoicing information; and any local clauses/statements as necessary. Note: the following list of products, if applicable to this order, must comply with Section 508 of the Rehabilitation Act of 1973, as amended (29 U.S.C. 794d). 1. Software applications and operating systems 2. Web-based Internet and Internet information and applications 3. Telecommunications products 4. Video and multimedia products 5. Self contained, closed products 6. Desktop and portable computers Further information and guidance can be found at http://www.section508.gov 3. Interested persons may express their interest and capability to respond to the requirement and submit proposals no later than 11 August 2010, 2:30 p.m. Central Standard Time. Point of Contact Ms. Yolanda Lillard, Contract Specialist, Tel: 210-652-9106, Fax: 210-652-5135, yolanda.lillard@randolph.af.mil or Ms. Rhonda J. Chavez, Contracting Officer, Tel: 210-652-8595, Fax: 210-652-5135, rhonda.chavez@randolph.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/RandAFBCO/F3P3AW0211A001/listing.html)
 
Place of Performance
Address: Randolph Air Force Base Texas, San Antonio, Texas, 78150, United States
Zip Code: 78150
 
Record
SN02231832-W 20100808/100806235252-426afac25c36f4fb04c1ae900db89c0b (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.