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

70 -- Global HF Circuit Upgrade - Bid Schedule

Notice Date
8/6/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 65 CONS - Lajes Field, Azores, 65 CONS/LGC, Lajes Field, Azores APO, 09720
 
ZIP Code
09720
 
Solicitation Number
F2N34R0198AC01
 
Archive Date
8/28/2010
 
Point of Contact
Amanda Jean Hildreth, Phone: 011351295573148
 
E-Mail Address
amanda.hildreth@lajes.af.mil
(amanda.hildreth@lajes.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment #1, Bid Schedule (i) 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. (ii) The solicitation number is F2N34R0198AC01. The solicitation is issued as a request for quotations (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-42, DFARS Change Notice 20100802, and Air Force Acquisition Circular 2010-0402. (iv) There is no small business set-aside for this acquisition. The NAICS code assigned to this acquisition is 334210 and the small business size standard is 500 employees. (v) There are 8 contract line item numbers (CLINs). The quantity, unit of issue, and descriptions for CLIN 0001-0008 is listed on "Attachment 1, Bid Schedule". Quotations shall provide a per unit price. (vi) All CLIN descriptions are "or equal". A specification sheet or other information must be submitted that provides sufficient detail for the United States to determine whether or not the substituted product(s) quoted can satisfy the need. (vii) All quantities ordered must be delivered within 60 calendar days to Norfolk, VA. Please provide the estimated dimensions and weights of each box, crate, skid, etc. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The following addenda are made to this provision. Paragraph (b) Submission of offers is added to read: Quotations shall be in the English language. Quotations received in other than English shall be rejected. Paragraph (f) Late submissions, modifications, revisions, and withdrawals of offers is added at (f)(2)(i) to read: (D) or if this solicitation is a request for quotation, it is determined that acceptance of the quotation is in the best interests of the United States. (ix) The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. There are two specific evaluation criteria included in paragraph (a). The first one is (i) price and the second (ii) is the technical capability of the item quoted to meet the requirement of that provision. (x) The provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, applies to this acquisition. The quotation must include a complete copy of this provision. See http://orca.bpn.gov. The provision at 252.212-7000 Offeror Representations and Certifications--Commercial Items, applies to this acquisition. The certification in paragraph (b) of the provision at 252.212-7000 does not apply to this solicitation. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The following addenda are made to this clause. Paragraph (a) Inspection/Acceptance is added to read: The contractor shall use the Wide Area Work Flow web page at https://wawf.eb.mil/index.html to submit invoices for acceptance. Paragraph (o) Warranty is added to read: The contractor shall provide all standard commercial (including manufacturer) warranties to the United States Government. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause under paragraph (b) are considered checked and applicable to the acquisition: (1), (19), (33), & (38). The clause at 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The FAR clause at paragraph (a) is considered checked and applicable to the acquisition. The following additional DFARS clauses cited in the clause under paragraph (b) are considered checked and applicable to the acquisition: (1), (6), (18), (20), (21)(ii), (22) (xiii) The following additional contract clauses and provisions apply to this acquisition: The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.204-7 - Central Contract Registration, 52.209-6 - Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment, 52.222-19 - Child Labor---Cooperation with Authorities and Remedies, 52.222-50 - Combating Trafficking in Persons, 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, and 52.233-4 - Applicable Law for Breach of contract Claim. The following DFARS clauses will apply: 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials, 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights, 252.204-7004 - Alternate A, Central Contractor Registration, 252.225-7041 - Correspondence in English, 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports, 252.232-7010 - Levies on Contract Payments, 252.233-7001 - Choice of Law (Overseas), and 252.247-7023(Alternate III) - Transportation of Supplies by Sea. The following AFFARS clause will apply: 5352.201-9101 - Ombudsman. The full text of a FAR clause may be accessed electronically at http://farsite.hill.af.mil. (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xv) Quotations are due by 4:00PM Local on 13 Aug 2010. Please email quotes to the address listed in paragraph below. (xvi) Contact SSgt Amanda Hildreth via e-mail - amanda.hildreth@lajes.af.mil - or telephone - 011-351-295-57-3148 - for any questions or concerns regarding this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/65CONS/F2N34R0198AC01/listing.html)
 
Place of Performance
Address: Ship to Norfolk, VA, Norfolk, Virginia, 23501, United States
Zip Code: 23501
 
Record
SN02232872-W 20100808/100807000209-07ab48a973d7197380d7bffdb21e34bd (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.