Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 02, 2010 FBO #3234
SOLICITATION NOTICE

59 -- Trimble Equipment

Notice Date
9/30/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
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
F1D3260273A002
 
Archive Date
9/30/2011
 
Point of Contact
Marcus A. Miller, Phone: (301) 981-6992, Anke Taylor, Phone: (301) 981-1999
 
E-Mail Address
marcus.miller@afncr.af.mil, anke.taylor@afncr.af.mil
(marcus.miller@afncr.af.mil, anke.taylor@afncr.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Trimble Equipment 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. Quotes are requested and a written solicitation will not be issued. This combined solicitation/synopsis reference number is F1D3260273A002 and is being issued as a combined synopsis/solicitation. This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-44, dated 11 August 2009. This acquisition is 100% set-aside for small businesses. The associated NAICS code is 334511 with a 750 employee size standard. This RFQ is for BRAND NAME only (Trimble). The RFQ has (1) line item as follows: Line Item 0001 Contractor shall provide - one (1) Trimble S3 5" Robotic Total Station (SLSU-S35011) - S3 5" Robotic Total Station (SLSU-S35011) includes: o S3542200 Trimble S3 5'' Robotic Total Station, DR EDM, Global Radio o TSC217 TSC2 w/ SC, internal 2.4GHZ radio, Global o TS32009 Trimble S3 Accessory Kit o 53705-00 Trimble TSC2 Accessory - Range Pole Bracket - one (1) Trimble Heavy Duty Tripod with Stability (571126275). Unit of Issue: 1 Lump Sum All quotes must be for all items, partial quotes will not be considered. Award will be made to a single vendor. The delivery location is Andrews AFB, MD 20762. Acceptance and inspection are FOB destination. Deliver to Customer: 316 CES/CEPT Street Address: 3710 Fetchet Ave Andrews AFB, MD 20762 Attn: SrA Zachariah J. Lucas Equipment delivery shall be within 30 days after contract award. 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, 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 representations 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: FAR 52.212-1, Instructions to Offerors - Commercial Items (Jun 2008); FAR 52.212-2, Evaluation - Commercial Items (Jan 1999); FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998). The following FAR clauses are applicable: FAR 52.252-2, Clauses Included by Reference (Feb 1998); FAR 52.212-4, Contract Terms and Conditions Commercial Items (Mar 2009); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Dev), applies to this acquisition, and specifically the following FAR clauses are applicable: 52.219-6, Total Small Business Set-Aside (June 2003), 52,222-3, Convict Labor, 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222.22, Previous Contracts and Compliance Reports, 52.222-26 - Equal Opportunity (Mar 2007), 52.222-36 - Affirmative Action for Workers With Disabilities (Jun 1998), 52.225-13 -Restrictions on Certain Foreign Purchases (Jun 2008), and 52.232-33 - Payment by Electronic Funds Transfer--Central Contractor (Oct 2003); FAR 52.252-6, Authorized Deviations in Clauses (Apr 1984). The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2010), 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); 252.232-7010 Levies on Contract Payments (Dec 2006) and 252.247-7023 - Transportation of Supplies by Sea, Alternate III (May 2002). The following DFARS clause is hereby incorporated into this solicitation: 252.204-7004 Alt 1, 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: 316CONS-004, Environmental Compliance; 316CONS-007, Personnel Security Requirements; and 316CONS-010 WAWF Instructions and 5352.201-9101 OMBUDSMAN (Aug 2005). Award will be made in accordance with simplified acquisition procedures established in FAR Part 13, to the responsive entity whose evaluated offer or quote represents the lowest price to the Government. The Government intends to make award (offer) to the responsive firms without discussions; prospective offers are advised to submit their firm's best offer prior to quote closing date of 30 September 2010, 6:00 PM Eastern Standard Time (EST). 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 its offer. Contractors are responsible for ensuring their quotes are in line with all updates and amendments done to the combined solicitation/synopsis prior to the close out date stated herein. This requirement has not been funded yet and the Government will not be responsible for any cost incurred in preparation of this quote and is not obligated to award this contract. QUOTE SUBMISSION PROCESS: Offers shall be in the contracting office no later than 6:00 PM EST on 30 September 2010. Offers shall be emailed to 2d Lt Marcus A. Miller (marcus.miller@afncr.af.mil) and Ms. Anke Taylor (anke.taylor@afncr.af.mil).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/F1D3260273A002/listing.html)
 
Place of Performance
Address: Andrews AFB, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN02303071-W 20101002/100930235556-5a1de6bad2fb6b1e5a21be126c1c525b (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.