Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2010 FBO #3211
SOLICITATION NOTICE

59 -- Remove and Replace IQ Electrical System Analyzer - Statement of Work

Notice Date
9/7/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Air Force, Air Combat Command, 7 CONS, 381 Third Street, Dyess AFB, Texas, 79607-1581
 
ZIP Code
79607-1581
 
Solicitation Number
F1R31A0238A007
 
Archive Date
9/30/2010
 
Point of Contact
A1C Chad L. Koetter, Phone: 3256962288
 
E-Mail Address
chad.koetter@dyess.af.mil
(chad.koetter@dyess.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work to Replace IQ Electrical System at Snyder Air Force Station, Texas. This is a combined synopsis/solicitation notice for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in the notice. This is a Commercial Solicitation using Simplified Acquisition Procedures found in FAR Part 13. The requirement consist of all labor, equipment, tools, material, supervision, and any other necessary items to remove and replace the IQ Analylzer inside building 3705 at Snyder Air Force Station Texas. The analyzer shall be a "Westing House 66D 2045G03 series IQ Anaylzer" or equal item. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. Written documentation will not be issued for this quote. (ii) This solicitation document and incorporated provisions and clauses are those that are in effect through Federal Acquisition Circular 2005-40. It is the contractor's responsibility to be familiar with applicable clauses and provisions. (iii) This acquisition will be a Total Small Business Set-Aside. The NAICS code is 334515 and size standard 500 employees. Faxed, e-mailed, hand-carried, or mailed quotations will be accepted. However, certified mail or hand carried is the preferred method of submission. Submissions must include a signed and completed copy of the provision at *FAR 52.212-3, Offeror Representations and Certification. Commercial Items, name, address, cage code, DUNS number, and telephone number with its offer. In addition, the following provisions and clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial; FAR 52.212-2, Evaluation Commercial Items (Price and Delivery); FAR 52.212-4, Contract Terms and Conditions-Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; 52.211-6 Brand name or equal, 52.232-33 Payment by Electronics Funds Transfer, Central Contractor Registration, 52.247-34 F.O.B Destination, 52.252-2 Clauses Incorporated by Reference, 52.252-6 Authorized Deviation in Clauses, 252.204-7004 Required Central Contractor Registration, 52.232-18 Availability of Funds, 52.253-1 Computer Generated Forms, 52.225-1 Buy American Act-Balance of Payments Program -Supplies. FAR 252.246-7000, Material Inspection and Receiving Report. All contractors must be registered with the Central Contractors Registration and Wide Area Work Flow to be eligible for award. Award will be made to the quotation, which offers the best value to the government based on an integrated assessment of price and delivery time. All offers are due by 0200 CST, 15 SEPTEMBER 2010. *Complete Representations and Certifications are required with submission of pricing. You can find this at www.farsite.hill.af.mil. NOTE: For payment purposes offerors must be registered with Wide Area Work Flow and in the Central Contract Registry prior to receiving any award. Please see web site http://www.ccr.dlsc.dla.mil/ for information on how to register with CCR or call 1-888-227-2423. For information on how to register with WAWF please see web site http://www.wawf.eb.mil/ or call 1-800-392-1798. All offers submitted shall be acceptable for a minimum of 30 days. (xi) Offers may be faxed to 7 CONS/LGCA at (325) 696-8676 or e-mailed to chad.koetter@dyess.af.mil. Offers may also be sent by certified mail or hand carried to the following address: A1C Chad Koetter 7th Contracting Squadron/LGCA 381 Third Street, Bldg. 7238 Dyess AFB, TX. 79607-1581 (xii) For further information regarding this solicitation, contact Chad L. Koetter, A1C, Contract Administrator @ phone (325) 696-2288. Collect calls will not be accepted. Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/7CONS/F1R31A0238A007/listing.html)
 
Place of Performance
Address: Building 3705, Snyder AFS, Texas, 79549, United States
Zip Code: 79549
 
Record
SN02270964-W 20100909/100908063313-eb0e727a19923c9bf315af82807e9d07 (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.