Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2010 FBO #3191
SOLICITATION NOTICE

63 -- Replace Traffic Signal Preemption System - Attachment 1: Purchase Description - Attachment 2: Appendix C

Notice Date
8/18/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities, 235 Byron St,, Warner Robins, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
F3Q2AD0208A001
 
Archive Date
11/18/2010
 
Point of Contact
Ryan C. Byrd,
 
E-Mail Address
ryan.byrd@robins.af.mil
(ryan.byrd@robins.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Appendix C: Industrial Saftey Requirements Purchase Description This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) 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. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302, Only one responsible source and no other supplies or services will satisfy agency requirements to upgrade the Robins AFB traffic signal preemption systems at 12 intersections and install all necessary GPS systems in the 20 RAFB emergency response vehicles. Hardware and software upgrade must be integrated into an existing proprietary Traffic Signal Emergency Preemption system. This proprietary software and hardware can only be obtained through the source listed above. Equipment connectivity and compatibility concerns are an issue of this project if other than Opticom (Temple Inc.) products were to be used. This is not a competitive solicitation and quotes are not being requested. Any other responsible source capable of meeting the requirement may submit technical, delivery, pricing, and past performance data sufficient to determine capability. However, the determination to compete or not to compete this requirement is solely at the discretion of the Government. To be considered, any such documentation must be received NLT 27 August 2010, 4:00PM EST. Only electronic submissions will be accepted and no extensions will be granted. All respondents must be registered in the Central Contractor Registration (CCR), ORCA, and have a valid DUNS number, Cage Code, and Tax Identification Number. FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS PROJECT. NO AWARD WILL BE MADE UNDER THIS SOLICITATION UNTIL FUNDS ARE AVAILABLE. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION ANY TIME PRIOR TO THE AWARD OF A BINDING CONTRACT AT NO COST TO THE GOVERNMENT. PR: F3Q2AD0208A001 NAICS: 334290 Size Standard: 750 Employees *Attachment 1 : Purchase Description *Attachment 2 : Appendix C This solicitation incorporates provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-23 dated 26 Dec 2007. The following clauses are applicable to subject notice: 52.212-1 - Instructions to Offerors - Commercial (full text); 52.212-2 - Evaluation - Commercial Items (full text) - The evaluation factors shall be: Price and Price related factors, Conformance to performance specifications. 52.212-3 - Offeror Representations and Certifications - Commercial Items (full text). The rule is effective January 1, 2005. This final rule requires offerors to provide representations and certifications electronically via the BPN website; to update the representations and certifications as necessary, but at least annually, to keep them current, accurate and complete. The website is as follows: http://www.bpn.gov; 52.212-4 - Contract Terms and Conditions - Commercial Items (incorporated by reference); 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (full text). 52.222-26 - Equal Opportunity 52.223-5 - Pollution Prevention and Right-to-Know Information 52.232-33 - Payment by Electronic Funds Transfer 52.233-3 - Protest After Award 52.247-34 - F.o.b. Destination 52.252-2 - Clauses Incorporated by Reference. The full text of a clause may be accessed electronically at this/these address(es): Regulations URLS: (Click on the appropriate regulation.) http://farsite.hill.af.mil/reghtml/far/farltoc/htm http://farsite.hill.af.mil/reghtml/dfars/dfarltoc.htm http://farsite.hill.af.mil/reghtml/affars/affarltoc.htm http://farsite.hill.af.mil/reghtml/afmcfars/afmcltoc.htm 252.204-7004 - Required Central Contractor Registration 252.212-7001-- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.232-7010-- Levies on Contract Payments Robins ZZ: Wide Area Workflow- Receipt and Acceptance (WAWF-RA) IAW 252.232-7003 Interested parties may submit information for consideration of their capabilities and qualifications to Mr. Ryan Byrd at ryan.byrd@robins.af.mil. No questions will be answered after the closing of this notice, 27 August 2010, 4:00PM EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/F3Q2AD0208A001/listing.html)
 
Place of Performance
Address: Georgia, 31098, United States
Zip Code: 31098
 
Record
SN02246333-W 20100820/100819000522-7bededc35f214188824bd38449b1be1e (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.