Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2011 FBO #3365
MODIFICATION

J -- SEISMIC INSTRUMENTS REPAIR

Notice Date
2/8/2011
 
Notice Type
Modification/Amendment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238
 
ZIP Code
32925-3238
 
Solicitation Number
FA2521-SEISMIC-EQUIP-REPAIR
 
Archive Date
3/1/2011
 
Point of Contact
Ernesto Chaves, Phone: 3214949506
 
E-Mail Address
ernesto.chaves@patrick.af.mil
(ernesto.chaves@patrick.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sole Source - Combined Synopsis/Solicitation - PR# F3KTK60349AC01 The 45th Contracting Squadron, Patrick AFB, FL has a sole source requirement for the Evaluation, Conversion, Reassembly, Test and Shipment of Eight (8) GEOTECH Seismic Instruments. This is a Sole Source with Geotech Instruments LLC IAW FAR 6.302-1. GEOTECH Instrument is the only source capable of fulfilling the government's requirement. The sole manufacturer has no authorized distributors and no other supplies or services will satisfy agency requirements. This item/service utilizes North American Industry Classification System (NAICS) code of 811219. Interested firms may identify their capability to respond to this requirement. This notice of intent is not a request for competitive quotes; however, the government will consider any responses from sources capable of providing this exact service received within 5 days after date of publication of this solicitation.. 45 CONS/LGCB has determined that Geotech Instruments LLC is the only source capable of providing this requirement. Preferred Delivery: 45 Days after receipt of order and sensor for first unit. 15 additional days for each subsequent unit sent in together. Place of delivery and acceptance is FOB Destination, Sustainment warehouse ( Mark for: John Simmons) 4150 Dow Road Melbourne, FL The following provisions and clauses apply: Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. CONTRACTORS MUST COMPLY WITH ONLINE REPRESENTATIONS & CERTIFICATION (ORCA) (FEB 2009); & DFARS 252.212-7000, REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (JUN 2005). TO REGISTER WITH CCR, GO TO URL: https://www.ccr.dlsc.dla.mil/. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ORCA BECAME MANDATORY 01 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH CCR BY INTERNET URL: http://www.ccr.gov/. Further Information on ORCA may be obtained from the ORCA Help Menu. This help menu includes ORCA background information, frequently asked questions (FAQ), and the ORCA Handbook, 52.212-3 Alternate I, 52.225-4, 52.225-4 Alternate I, 52.222-22, 52.222-25, and 252.212-7000. 52.252-1 -- Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Provision at 52.212-2 -- Evaluation -- Commercial Items. (Jan 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement (ii) price 52.212-3 Offeror Representations and Certifications -- Commercial Items 52.212-3 Alt 1 Offeror Representations and Certifications -- Commercial Items 52.222-26 Equal Opportunity 252.247-7023 Transportation of Supplies by Sea Alt III (May 2002) 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 (DEV) Contract Terms and Conditions Required to Implement Statutes 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor---Cooperation with Authorities and Remedies. 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities (Over 10K) 52.222-50 Combat Trafficking 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer--Central 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 252.212-7001(DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7001 Buy American Act, Balance of Payment Program 252.232-7003 Electronic Submission of Payment Requests 252.247-7023 Transportation of Supplies by Sea Alt III (May 2002) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) 5352.201-9101 Ombudsmen Offers are due at the 45th Contracting Squadron, LGCB, 1201 Edward H. White II Street, Patrick AFB, FL 32925 (Attn: Ernesto Chaves @ 321-494-9506), no later than Close of Business (COB) 14 Feb 2011 at 10:00 am EST. Faxed transmissions of quotes are acceptable. Fax #: 321-494-5136 please call and verify that I have received the fax) or e-mail ernesto.chaves@patrick.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-SEISMIC-EQUIP-REPAIR/listing.html)
 
Place of Performance
Address: Patrick AFB, FL, Patrick AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN02375302-W 20110210/110209060140-199f01d1905d62152275837c9d3df59c (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.