Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2010 FBO #3203
SOLICITATION NOTICE

62 -- LIGHT PANEL

Notice Date
8/30/2010
 
Notice Type
Presolicitation
 
Contracting Office
320 HALL BLVD STE 205SAN ANTONIO, TX
 
ZIP Code
00000
 
Solicitation Number
FA8307-10-R-0061
 
Point of Contact
ZAKIYA NORRIS zakiya.norris.2@us.af.mil
 
E-Mail Address
E-mail the POC
(zakiya.norris.2@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment: FA8307-10-R-0061, Indicating Panel, Light and Light PanelPR# F2MTN70210B001 and F2MTN70176B001ACQUISITION DESCRIPTION NOTICE OF PROPOSED CONTRACT ACTION (NOPCA). THIS IS A REQUEST FOR COMPETITIVE PROPOSALS. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations (FAR), as supplemented with additional information included in this notice. FA8307-10-R-0061 is issued as a Request for Proposal (RFP), under the Simplified Acquisition Procedures (SAP), Part 13. This acquisition is a small business set aside. The Government contemplates an award of a Firm Fixed Priced purchase order contract resulting from this solicitation. The solicitation document and incorporated provisions and clauses are those in this solicitation may be obtained in full text format at FAR Site, http://farsite.hill.af.mil. The North American Industry Classification System (NAICS) code is 336413 - Other Aircraft Parts and Auxiliary equipment Manufacturing. This requirement is for 100 each Panel, Indication lights for a Remote Indicating Light panel, Part Number: 0N241662-19NVG, NSN: 6220-01-463-5821CS and 100 each Light Panel, Part Number: 0N241662-20NVG, NSN: 6220-01-463-5818CS. There are a limited number of drawing packages available and will be limited in their distribution. Indicating Panel, Light and Light Panel shall be produced in accordance with the notes and the drawings. The end product shall be produced in accordance with the notes and the drawings. The end product shall be delivered No Later Than (NLT) 45 days after receipt of order. This combined synopsis and solicitation notice is a request for competitive quotations. Therefore, all capability statement or quotations received prior to the RFP close date will be considered by ESC/HNCK. The Government will award a single purchase order contract resulting from this RFP in accordance to the responsible offeror whose offer represents the best value in terms of technical capability and price. The Government will also consider shortening delivery times. The following provisions and clauses apply to this acquisition: FAR 52-212-1, Instructions of Offerors Commercial Items; 52.212-2, Evaluation of Commercial Items; the evaluation criteria stated in paragraph (a) of the provision are as follows: The significant evaluation factors, in the relative order of importance are: 1) Price; 2) Technical Solution: 3) Proposed delivery times in this announcement. Evaluation factors are approximately equal. Offerors must submit representations and certifications in the accordance with the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Item. (Accessible at the FAR Site, http://farsite.hill.af.mil). Annual representations and certifications can also be completed at http;//orca.bpn.gov. Submit the following documents in response to this RFP: a) Representations and Certifications; b) Price quotation with per unit pricing and delivery time if different form the; c) Technical description of the proposed panel, indication light for the Remote Control Unit (RCU) lighting panel in sufficient detail to evaluate compliance with the requirements in the solicitation. Vendor/Contractor assumes full responsibility in control and return of government provided engineering documentation and data per instructions in RFP and/or control. Offers are due on the 10 Sept 2010, 3 p.m. C.S.T. No phone calls will be accepted. To request a drawing package, to submit offers or any questions, email to the attention of juliette.brown.ctr@us.af.mil or deirdre.kerr@us.af.mil. Offerors who fail to complete and submit the requirements above may be considered non-responsive. CCR Registration: prospective awardees shall be registered in the Central Contractor Registration (CCR) database prior to award. See clause 52.204-7, Central Contractor Registration (JUL 2006). Information on registration may be obtained via the Internet at http://ccr.gov. NOTE: 1
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ESC/FA8307-10-R-0061/listing.html)
 
Record
SN02260888-W 20100901/100830235655-c8d423dbb5f8ee77a53d70218f562af1 (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.