Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2010 FBO #3193
SOLICITATION NOTICE

58 -- Special Aviation Communication Equipment

Notice Date
8/20/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 316th CONS, 1535 Command Drive, Andrews AFB, Maryland, 20762-6500
 
ZIP Code
20762-6500
 
Solicitation Number
F1D3080216AC04-SpecialAviationCommunicationEquipment
 
Archive Date
9/23/2010
 
Point of Contact
Brandon E. Ferris, Phone: 3019812385, DJaris Gladden, Phone: 3019812315
 
E-Mail Address
brandon.ferris@afncr.af.mil, djaris.gladden@afncr.af.mil
(brandon.ferris@afncr.af.mil, djaris.gladden@afncr.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Special Aviation Communication Equipment 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number F1D3080216AC04 is being issued as a Request for Quote (RFQ) using the Simplified Acquisition Procedures in accordance with FAR Part 13 guidelines. The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-43. 2. This solicitation is a total small business set-aside. The North American Industry Classification System (NAICS) code is 541512, Computer Systems Design Services, and the business size standard $25M. 3. The Government will award a firm fixed price contract for Special Aviation Communication Equipment for use on Joint Base Andrews-NAF Washington MD: Contract Line Item Number 0001: EMS Aviation - HSD-400 AC/DC; PN: 1252-A-3500; Brand Name Only; no substitutes will be accepted. Quantity: 1 EA Contract Line Item Number 0002: EMS Aviation - VIPER II Ground Antenna Kit; PN: 1152-A00450; Brand Name Only; no substitutes will be accepted. Quantity: 2 EA Delivery Location: Special Airlift Communications 89 CS/SCMC 1932 Fairbanks Road Andrews AFB MD 20762 Comm Phone: 301-981-3251 FOB: Destination; Delivery 30 days upon receipt of order (URO). 4. It is the vendor's responsibility to be familiar with all applicable clauses and provisions. All Offerors must submit representations and certifications in accordance with the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Feb 2009), with their offer. FAR 52.212-3 can be downloaded from the internet: http://farsite.hill.af.mil/ or from http://orca.bpn.gov, if registered in ORCA (On-line Representations and Certifications Application). Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Jun 2005). All FAR Clauses and provisions incorporated by reference may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The following FAR provisions are applicable: 52.212-1, Instructions to Offerors - Commercial (Jun 2008); 52.212-2, Evaluation -- Commercial Items (Jan 1999); FAR 52.215-6, Place of Performance (Oct 1997); FAR 52.252-1, Solicitation Provisions Included by Reference (Feb 1998). The following FAR clauses are applicable: FAR 52.252-2, Clauses Included by Reference (Apr 1984); FAR 52.203-3 - Gratuities (Apr 1984); FAR 52.212-4, Contract Terms and Conditions - Commercial Items, with addendum (Oct 2008); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Dec 2009) (DEV), applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable: 52.222-3, Convict Labor (Jun 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 - Equal Opportunity (Mar 2007); 52.222-35 - Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.222-36 - Affirmative Action for Workers With Disabilities (Jun 1998); 52.222-37 - Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.223-3, Hazardous Material Identification and Material Safety Data (Jan 1997); 52.223-9 - Estimate of Percentage of Recovered Material Content for EPA-Designated Products (May 2008); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); and 52.232-33 - Payment by Electronic Funds Transfer--Central Contractor (Oct 2003); FAR 52.233-4, Applicable Law For Breach Of Contract Claim (Oct 2004). The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Nov 2009) (DEV), applies to this acquisition, and specifically the following clauses under paragraph (b) are applicable: 252.225-7001 - Buy American Act and Balance of Payments Program (Jan 2009); 252.232-7003 - Electronic Submission of Payment Requests (Mar 2008); and 252.232-7010 Levies on Contract Payments (Dec 2006). The following DFARS clause is hereby incorporated into this solicitation: 252.204-7004, Required Central Contractor Registration (CCR) (Sep 2007). NOTE: CCR can be obtained by accessing the Internet, http://www.ccr.gov or by calling 1-888-227-2423. The CCR number must be obtained before award can be made. The following AFFARS clause applies to this acquisition: 5352.242-9000, Contractor Access to Air Force Installations (Aug 2007). The following local clauses apply to this acquisition: 316 CONS-004, Environmental Compliance; 316 CONS-007, Personnel Security Requirements; and 316 CONS-010 WAWF Instructions and 5352.201-9101 OMBUDSMEN (Aug 2005). 5. Award will be made in accordance with simplified acquisition procedures established in FAR Part 13 procedures, to the responsive entity whose evaluated offer or quote conforms to the combined synopsis/solicitation and represents the lowest price technically acceptable (LPTA; an award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors (e.g. meets or exceeds manufacturer's specifications, whenever a specific manufacturer's brand name/part number is referenced)). The Government intends to make award (offer) to the responsive firms without discussions; prospective offers are advised to submit their best offer prior to RFQ closing date of 8 September 2010, 12:00 PM EDT; however, the Government reserves the right to conduct discussions. The Government reserves the right to enter into an agreement with other than the lowest priced offeror. The Government intends to enter into an agreement without discussions, nevertheless, the Government may communicate with an offeror in order to clarify or verify information submitted in their offer. The Government reserves the right to eliminate from further considerations, those quotes which are considered unacceptable and not capable of demonstrating acceptability without major quote rewrite or revision. 6. All questions must be sent via electronic mail (email) to points of contact TSgt Brandon Ferris at brandon.ferris@afncr.af.mil and Ms. D'Jaris Gladden at djaris.gladden@afncr.af.mil or sent by facsimile (fax) at 301-981-1910. Questions shall be submitted no later than 12:00 PM EDT, 1 September 2010. 7. All quotes must be sent via electronic mail (email) to points of contact TSgt Brandon Ferris at brandon.ferris@afncr.af.mil and Ms. D'Jaris Gladden at djaris.gladden@afncr.af.mil or sent by facsimile (fax) at 301-981-1910. Quotes shall be submitted no later than 12:00 PM EDT, 8 September 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/F1D3080216AC04-SpecialAviationCommunicationEquipment/listing.html)
 
Place of Performance
Address: 1932 Fairbanks Road, Andrews AFB, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN02248758-W 20100822/100820235130-333f649fc83aa2ed4e9fec4a77254e43 (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.