Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2011 FBO #3568
SOLICITATION NOTICE

66 -- PLM-4 RSS

Notice Date
8/30/2011
 
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 Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities, 235 Byron St,, Warner Robins, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
FA8532-11-Q-K7847
 
Archive Date
9/20/2011
 
Point of Contact
Tangela L. Plant, Phone: 4789267350, Kathryn G Canady, Phone: 478-222-1905
 
E-Mail Address
Tangela.Plant@robins.af.mil, Kathy.Canady@robins.af.mil
(Tangela.Plant@robins.af.mil, Kathy.Canady@robins.af.mil)
 
Small Business Set-Aside
N/A
 
Description
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; proposals are being requested and a written solicitation will not be issued. The solicitation number, FA8532-11-Q-K7847, is issued as a Request For Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. This solicitation is being issued on a sole source basis to EDO Communications and Countermeasures (Cage 1C2N9) under the authority of 10 U.S.C. 2304(d)(1)(b) as implemented by FAR 6.302-1, Only Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. The AF possesses no data rights for the manufacture or sustainment of these items. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. Applicable NAICS 334511, Size Standard 750. DOD Claimant Code A1C. LINE ITEM 0001: NSN: 6625-01-497-7780KV Part Number: FT0100-3 Noun: Simulator, Radar Signal Quantity: 1EA FOB: Origin Inspection/Acceptance: Origin Quality Assurance: Commercial Item Inspection Receiving Report Required Ship To: N35266 Required Delivery: 60 Days After Written Notice of Award Simulator, Radar Signal dimension is 13.25 x 13.25 x 15.25 inches and 25,000 pounds. The material is a metal case containing electronic circuitry. The portable signal generator can be used with either direct cable connection or free-space radiation. LINE ITEM 0002: NSN: 6625-01-516-8238EW Part Number: FT01005 Noun: Simulator, Radar Signal Quantity: 1EA FOB: Origin Inspection/Acceptance: Origin Quality Assurance: Commercial Item Inspection Receiving Report Required Ship To: N35266 Required Delivery: 60 Days After Written Notice of Award Simulator, Radar Signal dimension is 13.25 x 13.25 x 15.25 inches and 25,000 pounds. The material is a metal case with internal electronics. Its function is to manually operate portable RF Signal Generator. The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following is added to provision 52.212-1 by Addendum. Offeror is to provide response to paragraph (b) thereof with its offer: 52.225-18 Place of Manufacture (Sep 2006) (IAW FAR 25.1101(f) 52.225-25 PROHIBITION ON ENGAGING IN SANCTIONED ACTIVITIES RELATING TO IRAN -CERTIFICATION (SEP 2010) (IAW FAR 25.1103(e)) Offeror is required to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following clauses are incorporated by Addenda to 52.212-4: 5352.201-9101 OMBUDSMAN (Apr 2010) (IAW AFFARS 5301.9103) 252.203-7002 REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (Jan 2009) (IAW DFARS 203.970) 252.204-7008 EXPORT-CONTROLLED ITEMS (APR 2010) (IAW DFARS 204.7304) 52.211-8 TIME OF DELIVERY (Jun 1997) (IAW FAR 11.404(a)(2)) - DELIVERY FOR EACH ITEM IS ANNOTATED ABOVE IN LINE ITEM DESCRIPTION 52.211-8 TIME OF DELIVERY - ALTERNATE III (APR 1984) (IAW FAR 11.404(a)(2)) 252.211-7003 ITEM IDENTIFICATION AND VALUATION (Jun 2011) (IAW DFARS 211.274-6(a), DFARS 212.301(f)(vi)) THE CURRENT VERSION OF MIL-STD-130, DATED 17 DECEMBER 2007, IS "N". (Jul 2008) THE FOLLOWING IS FILL-IN DATA FOR CLAUSE 52.212-5 PARA (b)(19): 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (Apr 2009) (g) If the contractor does not have representations and certifications in ORCA, or does not have a representation in ORCA for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed: The contractor represents that it ( ) is ( ) is not a small business concern under NAICS code ______ Assigned to contract number______________. (Contractor to sign and date and insert authorized signer's name and title). 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (May 2011) 252.225-7002 QUALIFYING COUNTRY SOURCES AS SUBCONTRACTORS (APR 2003) (IAW DFARS 225.1101(3)) 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006) (IAW DFARS 232.7102) 252.246-7000 MATERIAL INSPECTION AND RECEIVING REPORT (MAR 2008) (IAW DFARS 246.370) 52.247-1 COMMERCIAL BILL OF LADING NOTATIONS (FEB 2006) (IAW FAR 47.104(a), FAR 47.104-4(b)) 52.247-65 F.O.B. ORIGIN, PREPAID FREIGHT--SMALL PACKAGE SHIPMENTS (JAN 1991) (IAW FAR 47.303-17(f) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (IAW FAR 52.207(f)) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The additional FAR clauses cited in this clause are applicable and are cited below: 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995) (41 U.S.C. 2402). 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.204-11 American Recovery and Reinvestment Act - Reporting Requirements (Jul 2010) (Pub. L.111-15). 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) (31 U.S.C. 6101 note.) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (section 740 of Division C of Public Law 111-117, section 743 of Division D of Public Law 111-8, and section 745 of Division D of Public Law 110-161). 52.219-8 Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 644) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010)(E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246) 52.222-35 Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212) 52.222-36, Affirmative Action For Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.222-37 Employment Records on Veterans (Sep 2010) (38 U.S.C. 4212) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13, Restriction on Certain Foreign Purchases (Jun 2008) (E.O.s proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury.) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332) In accordance with DFARS 212.301(f)(iii), the contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which is included by reference to implement provision of law applicable to acquisitions of commercial items or components: 52.203-3 Gratuities (Apr 1984) (10 U.S.C. 2207) The contractor agrees to comply with the following list of Defense FAR Supplement clauses included by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Jan 2009) (Section 847 of Pub. L. 110-181) 252.225-7012 Preference for Certain Domestic Commodities (Jun 2010) (10 U.S.C. 2533a). 252.225-7021 Trade Agreements (Jun 2011) (19 U.S.C. 2501-2518 and 19 U.S.C. 3301 note) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227). 252.243-7002 Requests for Equitable Adjustment (Mar 1998) (10 U.S.C. 2410). 252.247-7023 Transportation of Supplies by Sea FAR 52.212-4(c), Changes, is modified to read as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties, except that Unilateral Amended Shipping Instructions (ASIs), F.O.B. Origin, and other administrative changes, incorporated into this contract apply. Packaging of items shall be in accordance with MIL-STD-2073-1 D, Standard Practice for Military Packaging. Shipping and storage marking shall be in accordance with MIL-STD-129 REV 4, Standard Practice for Military Marking. Response to this RFQ is to be submitted electronically (email) by 05 Sep 2011 to WRALC/GRVKAB, Attention Tangela Plant, Tangela.Plant@robins.af.mil. For information or questions concerning this RFQ contact Tangela Plant, Tangela.Plant@robins.af.mil, telephone 478-222-1891 or Kathryn Canady, Kathryn.Canady@robins.af.mil, phone 478-2
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8532-11-Q-K7847/listing.html)
 
Record
SN02555449-W 20110901/110830235855-8cba772844bc4791818c9f1abcf39f1a (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.