Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 04, 2011 FBO #3448
SOLICITATION NOTICE

59 -- KA-BAND BLOCK DOWNCONVERTER AND FREQUENCY SOURCE

Notice Date
5/2/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Cyber/Netcentric Directorate, 230 Hall Blvd, Ste 114, San Antonio TX 78243-7007
 
ZIP Code
78243-7007
 
Solicitation Number
FA8307-11-R-1040
 
Response Due
5/6/2011
 
Archive Date
8/2/2011
 
Point of Contact
POC: Sharon Rowe, Contracting Specialist, 210-925-2168Contracting Officer: Patrick Jackson, 210-925-1780
 
E-Mail Address
Click Here to E-mail the POC
(sharon.rowe@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is FA8307-11-R-1040. This announcement is a re-solicitation; Solicitation FA8307-11-R-1016 was issued on a Sole Source basis and no acceptable quote was received for the BRAND NAME ONLY items required. This announcement constitutes the only solicitation; quotation is being requested, and a written solicitation will not be issued. FAR 52.219-6, Notice of Total Small Business Set Aside is applicable to this acquisition. THIS IS A SMALL BUSINESS SET ASIDE. The North American Industry Classification System Code is 334220; the small business size standard is 750 employees. The Cryptologic Systems Division's Contracting Office, Lackland AFB, TX, intends to award a Firm Fixed Pricecontract utilizing Simplified Acquisition Procedures for the acquisition of the following Cross Technologies, Inc. equipment: seven (7) each Model # 4116-200 Ka-Band Block Downconverter Weather-Resistant, and three (3) each Model # 2099-1012E Frequency Source. Delivery by 31 May 2011 is required, but earlier delivery is preferred. Delivery shall be FOB Destination to: Colorado Springs, CO. Inspection and Acceptance shall be at Destination. Packing/Packaging: Commercial. The following FAR/DFARS clauses shall be included in any resultant contract: 52.212-1, 52.212-3, 52.212-04, 52.212-05, 252.211-7003, 252.212-7001, 252.232-7010, and AFFARS 5352.201-9101. Offeror shall include a completed copy of FAR 52.212-3, Offeror/Representations and Certifications - Commercial Items, with its proposal. The Offeror shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Government's rights with regard to the other terms and conditions of the proposed contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. Offeror shall provide a copy of its standard commercial warranty (if applicable) with its response. Please quote shipping costs separately or state that shipping is included in the unit price on your quote. The Government will no longer accept nor process hard copies of invoices/receiving reports. These documents must be generated electronically via the Wide Area Work Flow - Receipts and Acceptance. All packages and shipping papers shall be marked with the order number to permit effective processing and timely payment. To be eligible for award, you must be properly registered in the Central Contractor Registration (CCR). Offeror may obtain information on CCR and annual confirmation requirements by calling 1-888-227-2423 or via the internet at www.ccr.gov. If a change occurs in this requirement, only the offeror that responds to this announcement within the required time frame will be provided with any changes/amendments and considered for future discussions and /or award. Questions regarding this synopsis/solicitation should be addressed to Sharon Rowe at phone 210/925-2168, or email or fax as provided below. All responsible sources may submit an offer via e-mail to sharon.rowe@us.af.mil or by fax to Ms Rowe at 210/925-2699. All required information must be received on or before 6 May 2011, 4:00PM CST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ESC/FA8307-11-R-1040/listing.html)
 
Place of Performance
Address: N/A
Zip Code: N/A
 
Record
SN02437682-W 20110504/110502234144-3957d2ec49110fc20eebdb7f5f2aa1f1 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.