Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 26, 2012 FBO #3715
MODIFICATION

59 -- Computer Assembly P/N 88003171-001

Notice Date
1/24/2012
 
Notice Type
Modification/Amendment
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Hill AFB OO-ALC, OO-ALC/PKXB, 6038 Aspen Ave (Bldg 1289), Hill AFB, Utah, 84056
 
ZIP Code
84056
 
Solicitation Number
F2DCAL1326A001
 
Archive Date
2/16/2012
 
Point of Contact
Ian J Orton, Phone: 8017777595, Francene T. Bielik, Phone: 801-775-4499
 
E-Mail Address
ian.orton@hill.af.mil, francene.bielik@hill.af.mil
(ian.orton@hill.af.mil, francene.bielik@hill.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The Air Force intends to issue a Limited Source Firm Fixed Price Contract under the Authority of 10 U.S.C. 2304(c)(1) and FAR 6.302-1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12 and 13, as supplemented with additional information included in this notice. This requirement is for Computer Assembly, P/N 88003171-001 (NO SUBSTITUTIONS ALLOWED) SOURCE BOEING COMPANY BOEING IS CURRENTLY THE ONLY CONTRACTOR WHO SUPPOTS THE F-15 STS AND IS THE ONLY PROVIDER OF THE NEEDED OPERTING SYSTEM SOFTWARE, APPLICATION SOFTWARE AND MCS BUS INTERFACE BOARD NEEDED TO OPERATE THE F-15 STS. BOEING IS THE ONLY KNOW SOURCE THAT CAN SATISFY THE REQUIREMENT ACCORDING TO T.O.33D7-23-22-1. AUTHORITY: 10 U.S.C. 2304(c)(1), JUSTIFICATION: SUPPLIES REQUIRED ARE FROM ONLY ONE OR A LIMITED NUMBER OF RESPONSIBLE SOURCE(S) AND NO OTHER TYPE OF SUPPLIES WILL SATISFY AGENCY REQUIREMENTS. THIS IS A BRAND NAME REQUIREMENT. The proposed contract action is for supplies and services for which the government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302-1 modified to reflect an acquisition under the authority of the test program for commercial items (FAR 13 501). All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. This notice of intent is not a request for competitive proposals. However, all proposals received prior to the closing date on the solicitation will be considered by the government. A determination by the government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Specification, plans, or drawing relating to the procurement described are incomplete or not available and cannot be furnished by the government. The government does not own the data or rights to the data needed to purchase the item from additional sources. This synopsis and solicitation is 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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quote (RFQ) F2DCAL1326A001 Submit written offers, oral offers will not be accepted. Full and Open - No Set-aside All firms or individuals responding must be registered with the Central Contractor Registration (CCR). Certs and Reps can be filled out on ORCA. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-06. North American Industrial Classification Standard 334111, Size Standard 1000 employees, applies to this procurement.. FAR 52.212-1 Instructions to Offerors -- Commercial Items; FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the Purchase Specification will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers(i) technical capability of Item to meet the government requirement In accordance with the above CLINs. The Evaluation Criteria are: 1. Technical - Must be part number as listed - No substitutions 2. Price. FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items; FAR 52.222-3 Convict Labor; FAR 52.233-3 Protest after award; FAR 52.233-4 Applicable Law for Breach of Contracts; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.219-28 Post-Award Small Business Program Representation; FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; DFARS 252.225-7001 Buy American Act and Balance of Payment Programs; DFARS 252.225-7002 Qualifying country sources as subcontractors; DFARS 252.204-7003 Control of Government Personnel Work Products; DFARS 252.204-7010 Levies on Contract Payments; DFARS 252-232-7003 Electronic Submission of Payment Requests; DFARS 252.247-7023 Transportation of Supplies by Sea, Alternate III; 252.225-7035 Buy American Act--Free Trade Agreements--Balance of Payments Program Certificate DFARS 252.225.7036 Buy American Act - Free Trade Agreements - Balace of Payments Program FAR 52.212-5 Contract Terms and Condition Required to Implement Statues or Executive orders-Commercial Items (Deviation); FAR 52.252-2 Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil; FAR 52.252-6 Authorized Deviation in Clauses, with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2; DFARS 252.204-7006 Billing Instructions; DFARS 252.212-7001 Contract Terms and Conditions (Deviation); AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substance; AFFARS 5352.201-9101 Ombudsman. All questions and proposals must be submitted via email to ian.orton@hill.af.mil. All other forms of communication will not be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/F2DCAL1326A001/listing.html)
 
Place of Performance
Address: OO-ALC, Hill AFB, Utah, 84056-5805, United States
Zip Code: 84056-5805
 
Record
SN02659654-W 20120126/120124234033-9869675acc6c1d51f9ac131e3f956087 (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.