Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2011 FBO #3581
SOLICITATION NOTICE

58 -- ESI Fireworks Work Station - J&A, PWS, and Item listing

Notice Date
9/12/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 982), Base Support Flight, 700 Suffolk Street, STE 1200, Peterson AFB, Colorado, 80914-1200
 
ZIP Code
80914-1200
 
Solicitation Number
FA2517-11-T-6096A
 
Archive Date
10/1/2011
 
Point of Contact
Paul W Thomas, Phone: (719) 556-5548, Susan K Davis, Phone: 719-556-7585
 
E-Mail Address
paul.thomas@peterson.af.mil, susan.davis@peterson.af.mil
(paul.thomas@peterson.af.mil, susan.davis@peterson.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement Item Listing Justiciation and Approvals letter to use a Brand Name (i) 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 being requested and a written solicitation will not be issued. (ii) This solicitation, FA2517-11-T-6906A, is being issued as a Request for Quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53. (iv) This procurement is small business set-aside. The NAICS code is 334290 and the size standard is 750 employees. (v) The commercial item being procured is manufactured by Edwards a division of UTC Fire & Security, a large business. The item required is being procured as a brand name only. All items are manufactured by Edwards a division of UTC. The quantity is 2 full systems each. The 3 part numbers that makes up a total system and descriptions are as follows: • Fire Alarm Work Station, P/N #EST FWUL5 • Network Card, P/N #EST FW-NIC (2 for each set) • Touch Screen Monitor, P/N #FW-22LCDWTS (vi) Quote submission: Item identification to include manufacturing part number, pricing information, DUNS, Cage Code, tax ID, terms and conditions. (vii) The commercial items being requested shall be priced as FOB destination to Peterson AFB, CO. The commercial items shall be delivered to: Peterson AFB, CO 80914. The commercial items being requested shall be delivered installed and tested IAW factory specs within 30days after delivery of contract (ADC). (viii) The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (June 2008). All firms must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. DUNS, Cage Code, tax ID, terms and conditions shall be submitted with quote. All firms must be registered in the Central Contractor Registration Database at www.ccr.gov in order to be considered for award. The government will not provide contract financing for this acquisition. (ix) FAR 52.212-2(a) Evaluation-Commercial Items, applies to this acquisition (Jan 1999). Quote will be based on the lowest price quote with technical acceptable in accordance with the performance work statement. (x) The provision at FAR 52.212-3, Offeror Representations and Certification-Commercial Items, is applicable to this acquisition (Apr 2011). All vendors must be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov)) at the time of Quote submittal. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to the acquisition (Jun 2010), applies to this acquisition. (xii) The clause at FAR 52.212-5 (Dev), Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition (Mar 2011). (xiii) The following additional FAR clauses apply to this acquisition: a) FAR 52.222-3, Convict Labor (June 2003) b) FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) c) FAR 52.222-21, Prohibition of Segregated Facility (Feb 1999) d) FAR 52.222-22, Previous Contracts and Compliance Reports (Feb 1999) e) FAR 52.222-25, Affirmative Action Compliance (Apr 1984) f) FAR 52.225-13, Restriction on Certain Foreign Purchases (Jun 2008) g) FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration (Oct 2003) h) FAR 52.222-41, Service Contract Act of 1965 (Nov 2007) xiv) The following DFAR clauses are: a) DFAR 252.203-7000 - Requirement Relating to Compensation of Former DOD Officials (January 2009) b) DFAR 252.204-7004, Alternate A - Central Contractor Registration (September 2007) c) DFAR 252.211-7003, Item Identification and Valuation (June 2011) d) DFAR 252.212-7001 (Dev) - Contract Terms and Conditions Required to Implement Statues or Executive Orders (April 2010) d) DFAR 252.225-7012 - Preference for Certain Domestic Commodities (June 2010) e) DFAR 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) (xv) The following AFFAR clauses are: a) AFFARS clause 5352.201-9101 Ombudsman (Aug 2005) (A7K, 150 Vandenberg St, Ste 1105, Peterson AFB, CO 80914-4350, 719-554-5250, 719-554-5299, a7k.wf@afspc.af.mil (xvi) The Defense Priorities and Allocation Systems (DPAS) do not apply to this request for quote. (xvii) The point of contact for this solicitation is Paul Thomas, and can be contacted via email at paul.thomas@peterson.af.mil or by phone at 719-556-6110. All quotes must be received by the 21st Contracting Squadron no later than 16 September 2011, 4:00PM MST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb984/FA2517-11-T-6096A/listing.html)
 
Record
SN02572674-W 20110914/110913000226-e8e58f1da6502448c1ec98a2cbea34ef (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.