Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 24, 2011 FBO #3529
SOLICITATION NOTICE

16 -- Night Vision Imaging System Lens Kit - Statement of Work

Notice Date
7/22/2011
 
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, Air Force Reserve Command, 910 CONF/LGC, 3976 King Graves Road, Unit 31, Youngstown ARS, Ohio, 44473-5931
 
ZIP Code
44473-5931
 
Solicitation Number
FA6656-11-T-0003
 
Archive Date
8/23/2011
 
Point of Contact
Kimberly S. Hitchcock, Phone: 3306091386, Louis Fossesca Jr, Phone: 330-609-1155
 
E-Mail Address
kimberly.hitchcock@youngstown.af.mil, louis.fossesca@youngstown.af.mil
(kimberly.hitchcock@youngstown.af.mil, louis.fossesca@youngstown.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work 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; and is hereby attached. The solicitation number is FA6656-11-T-0003 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-32. Youngstown Air Reserve Station has a requirement to procure (10) Night Vision Imaging System Lens Kit. The requirement includes the purchase of equipment as outlined in the Statement of Work (SOW). All responsible sources may submit a quotation, which shall be considered by the agency. This is a brand name or equal request. All vendors proposing alternate items shall provide with their quote adequate descriptions and specifications of alternate items to substantiate the "or equal" designation. This is a 100% Total Small Business Set-Aside. The NAICS Code: 334511; and the Small Business size standard is 500 employees. If there is any cost for transportation or shipping related to the equipment or installation, please include price in quote and list separately for price of the equipment. Payment will be made by contractor submitting an invoice through Wide Area Work Flow (WAWF). Contractor must register in Central Contractor Registration (CCR) to be awarded this procurement. Only written proposals will be accepted. The government intends to award a Firm Fixed Price Purchase Order under Simplified Acquisition Procedures (SAP) under FAR Part 13. Offers are due no later than 4:00PM EST on 8 August 2011. Quotes can be mail to: 910th MSG/CONF BLDG 504, ATTN: Kimberly Hitchcock, Youngstown Air Reserve Station, 3976 King Graves Rd-Unit 31, Vienna, Ohio 44473-5931 or e-mail to: kimberly.hitchcock.1@us.af.mil. The preferred method is email. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50. 52.222-54, 52.225-1, 52.232-33, 52.233-4, 252.204-7004 Alt A, 252.212-7001, 252.232-7003, 52.211-6, The full text of the referenced FAR clauses may be accessed electronically at https://www.farsite.hill.af.mil. 0001 10 Each Night Vision Imaging System (NVIS) Lens Provide (10) NVIS lens cover kits for aircraft assigned to 910 AW. Each kit will be interchangeable between series aircraft. Lens covers shall be non-permanent, anti-reflective coated removable passive filter assemblies. See the attached Statement of Work for equipment requirements. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. If you have any questions, please call (330) 609-1386. All bidders are responsible for monitoring the FedBizOpps website at http://www.fbo.gov for changes to the solicitation package and other pertinent information. This notice does not obligate the government to award a contract, nor does it obligate the government to pay for any site visit or proposal preparation costs. Funds are not presently available for this solicitation. No award will be made until funds are available. The government reserves the right to cancel this solicitation, either before or after RFQ closing, with no obligation to the offeror by the government. All responsible sources may submit a response which, if received by closing, must be considered by the agency. The evaluation factors that will be used to determine by lowest price technically acceptable. The closing date for this solicitation is 4 PM on 8 August 2011 (EST). Offerors are responsible for ensuring that their quote has been received and is legible.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/910LGLGC/FA6656-11-T-0003/listing.html)
 
Place of Performance
Address: 3976 King Graves Rd Unit 31, Vienna, Ohio, 44473, United States
Zip Code: 44473
 
Record
SN02507654-W 20110724/110723005811-78787d994a5291336c35b07d1b409b21 (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.