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
MODIFICATION

58 -- Boat Radar and Thermal Imagers.

Notice Date
9/13/2011
 
Notice Type
Modification/Amendment
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, Florida, 33621-5000, United States
 
ZIP Code
33621-5000
 
Solicitation Number
F2V3861167AG04
 
Archive Date
9/28/2011
 
Point of Contact
Brandon M. Carey, Phone: 8138285384, Michael Terranova, Phone: 813-828-4027
 
E-Mail Address
brandon.carey@macdill.af.mil, Michael.Terranova.5@us.af.mil
(brandon.carey@macdill.af.mil, Michael.Terranova.5@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format in FAR 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. This is a Request for Quote (RFQ) and the solicitation number is F2V3861167AG04. This acquisition is 100% set aside for small businesses. The boats for this requirement are custom built and as such no specific manuafacturer or model numbers are available. Please reference attached photographs for specifics. The 6th Contracting Squadron, MacDill AFB, Florida, requires: Contractor to provide all labor, tools, and materials necessary to install the following: DESCRIPTION OF REQUIREMENT: CLIN 0001: FURUNO MFD8 NavNet 3D 8.4" Multi Function Display. Pre-loaded with NOAA raster chart library for entire U.S. coastline including Alaska and Hawaii. Operates with Ethernet, NMEA0183 and NMEA2000®. Optional Weatherfax/Navtex receiver available. Must use PSU012 power supply with DRS4A/DRS6A/DRS12A. QTY: 2EA Unit Price:______ Extended Total: _________ CLIN 0002: FURUNO BBWGPS WAAS Combo GPS Receiver/Antenna w/10M Cable, NMEA 0183. QTY: 2EA Unit Price:______ Extended Total: _________ CLIN 0003: LILLY 107L Fixed SS 4" High Deck Mount. QTY: 2EA Unit Price:______ Extended Total: _________ CLIN 0004: FURUNO DRS4D Ultra High Definition (UHD TM ) Digital Radar, 24" Radome, 36 n.m., 4 kW, 3.9 QTY: 2EA Unit Price:______ Extended Total: _________ CLIN 0005: FURUNO DRS4D Ultra High Definition (UHD TM ) Digital Radar, 24" Radome, 36 n.m., 4 kW, 3.9 degrees. QTY: 6EA Unit Price:______ Extended Total: _________ CLIN 0006: Radar Mounts with 30 Degree aft rake. DRS4a mounted 26 inches above deck to clear blue light and FLIR Nav II mounted 4 inches above top of radar antenna for full 360 sweep. QTY: 6EA Unit Price:______ Extended Total: _________ CLIN 0007: FLIR Navigator II (Pan/Tilt), All components needed for single station installation including Joystick Control Unit. QTY: 6EA Unit Price:______ Extended Total: _________ CLIN 0008: FURUNO DFF1 Digital (FDF) Black Box Echosounder Module for NavNet, Less Transducer (600W or 1KW) QTY: 2EA Unit Price:______ Extended Total: _________ CLIN 0009: FURUNO 525-5PWD Plastic TM, 50/200 kHz, 600 Watt, 10-Pin. QTY: 2EA Unit Price:______ Extended Total: _________ CLIN 0010: Furuno Navnet 3D Hub 101 QTY: 6EA Unit Price:______ Extended Total: _________ CLIN 0011: Labor/installation cost to include removal and disposal of all removed parts, freight/shipping, miscellaneous parts neccesary to perform all work. QTY: 1Lump Sum Unit Price:______ Extended Total: _________ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 effective 04 August 2011 DFAR DPN 20110819 and AFFAR AFAC 2011-0714. The North American Industry Classification System code (NAICS) is 334511, with a small business size standard of 750 employees. A firm fixed price contract will be awarded. All interested parties must bid on all items. BASIS FOR AWARD: Award will be made to the lowest price offeror that is determined to be technically acceptable. DELIVERY ADDRESS: To be performed at MacDill AFB (Tampa), FL 33621. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, Central Contractor Registration, FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions; FAR 52.225-13 -- Restrictions on Certain Foreign Purchases; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.217-8, FAR 52.219-6, Notice of Total Small Business Set-Aside, FAR 52.219-14. Limitations on Subcontracting, FAR 52.219-28, Small Business Representations, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252.204-7003 Control Of Government Personnel Work Product, 252.243-7001 Pricing Of Contract Modifications, 252-204-7004 (Alt 1), Required Central Contractor Registration. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.210-7000 Brand name or Equal; DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 252.225-7001, Buy American Act and Balance of Payment Program, DFARS 252.232-7003, Electronic Submission of Payment Requests, DFARS 252.247-7024, Notification of transportation of Supplies by Sea. 5352-242-9000, Access To Air Force Installations. Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. A Site Visit will be held on Thursday, 8 September 2011 at the docks. The site visit will be limited to two representatives per company. No additional site visit will be conducted prior to award. Individuals wanting to attend the site visit will need to submit names to SSgt Brandon Carey, e-mail: brandon.carey@us.af.mil, no later than 6 September 2011 at 10:00 a.m. The following information is required for each attendee: As it appears on valid driver's license: Full name, full middle name (no nicknames) and social security number of the individual(s) attending the site visit and the respective company name, address and phone number. This information must be provided in order to ensure access to the military base. All offerors are responsible for confirming receipt of e-mails to SSgt Carey. Failure to submit required information by the due date may result in delay in processing base access pass, or denial of access to the base. Contractors attending will need to pick up their base pass prior to 9:00 am on 8 September from the Visitor Reception Center located at 6801 S. Dale Mabry Hwy, Tampa, FL 33616. SSgt Carey will meet everyone in the parking lot of the Visitor Reception Center at 9:00am on 8 September 2011. After the site visit, all vendor questions concerning this requirement must be submitted via e-mail no later than close of business (4:00 p.m. Local Time), 10 September 2011. Questions submitted after that time may not be answered prior to the response due date. No questions will be accepted via phone calls. Questions and answers will be posted on www.fbo.gov Please address questions to SSgt Brandon Carey at brandon.carey@us.af.mil DEADLINE: Offers are due on 16 September 2011 by 4:00PM EST. Submit offers to the attention of SSgt Brandon Carey, 6CONS/LGCA, by email to brandon.carey@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/F2V3861167AG04/listing.html)
 
Place of Performance
Address: Macdill AFB, Tampa, Florida, 33621, United States
Zip Code: 33621
 
Record
SN02574565-W 20110915/110914000703-821e19910cad564dd5172482312a47c6 (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.