Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2011 FBO #3582
SOLICITATION NOTICE

58 -- Install NIPR/SIPR drops - Package #1

Notice Date
9/13/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334417 — Electronic Connector Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), Specialized Flight-IT, O&M, Tech Serv, IT Resources, 135 E ENT Ave STE 1055, Peterson AFB, Colorado, 80914-1385
 
ZIP Code
80914-1385
 
Solicitation Number
FA2517-11-T-6105
 
Archive Date
9/16/2011
 
Point of Contact
Kay R. Roman, Phone: 7195566118, Susan K Davis, Phone: 719-556-7585
 
E-Mail Address
kay.roman@peterson.af.mil, susan.davis@peterson.af.mil
(kay.roman@peterson.af.mil, susan.davis@peterson.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Itemized Listing (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-6105, 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 334417 and the size standard is 500 employees. (v) The commercial items to be procured : Reinstall NIPR/SIPR drops (10 line items). Please see attached itemized listing outlining requirements. The items required in the listing are being procured as small business set-aside within 30 days of contract award. (vi) The following commercial item is requested in this solicitation to be serviced at: Peterson AFB, CO 80914. (vii) Commercial service shall be priced as FOB destination to Peterson AFB, CO. (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 52.219-6, Notice of Total Small Business Set-Aside (June 2003) b) FAR 52.222-3, Convict Labor (June 2003) c) FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) d) FAR 52.222-21, Prohibition of Segregated Facility (Feb 1999) e) FAR 52.222-22, Previous Contracts and Compliance Reports (Feb 1999) f) FAR 52.222-25, Affirmative Action Compliance (Apr 1984) g) FAR 52.225-13, Restriction on Certain Foreign Purchases (Jun 2008) h) FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration (Oct 2003) (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 252.212-7001 (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) 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) Quote Submission: The contractor shall provide cut sheets for the product data proposed and a description of performance shall be accomplished in accordance with the performance work statement. DUNS, Cage Code, tax ID, terms and conditions shall be submitted with quote. (xviii) POC is TSgt Kay Roman for information regarding this solicitation. All quotes must be to my office NLT 15 September 2011 11:00 am MST in the form of an e-mail to: kay.roman@peterson.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/FA2517-11-T-6105/listing.html)
 
Place of Performance
Address: Peterson Air Force Base, Colorado Springs, Colorado, 80914, United States
Zip Code: 80914
 
Record
SN02573656-W 20110915/110913235708-dfb7c6ce6804c07ce62407aacbacc5ad (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.