Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2013 FBO #4284
SOLICITATION NOTICE

66 -- HEIM Spare/Replacement Parts

Notice Date
8/15/2013
 
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 Combat Command, 325 CONS, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB,, Florida, 32403-5526, United States
 
ZIP Code
32403-5526
 
Solicitation Number
F4AT833179A001
 
Archive Date
9/18/2013
 
Point of Contact
Nell L Matchkus, Phone: (850)283-8632, Randall S Jones, Phone: 850-283-2974
 
E-Mail Address
nell.matchkus@tyndall.af.mil, randall.jones.16@us.af.mil
(nell.matchkus@tyndall.af.mil, randall.jones.16@us.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 FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, proposals/quotes being requested, and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-69. The solicitation, reference number is F4AT833179A001 is being issued as a request for quote (RFQ). This acquisition will be an unrestricted under North American Industry Classification System (NAICS) code 334511. The small business size standard is 750 employees. All Parts below must meet HEIM specifications and fit in HEIM enclosures. CLIN 0001: Qty: 2 EA; - 8 Channel PCM Merger Record & replay module with monitor output. P/N HS310-3035 - MRG100, or equal CLIN 0002: Qty 1 EA; - Link Module with up to 1.0 Gbit/s aggregate data rate, 2 inputs, FE/SYNC capability. P/N HS610-3005/1 - LMF1G, or equal CLIN 0003: Qty 1 EA; - GSSr horizontal module chassis for GSSr. 19" rack mounting. 3U. (includes eSATA system interconnect cable). P/N HS100-6103 - Gss103, or equal CLIN 0004: Qty 1 EA; - IRIG+PPS+voice cable for Link Module 1 GS/s (Dsub to BNC). P/N HS 160-3005-2 - IRIG LMF1G+voice, or equal CLIN 0005: Qty 1 EA; - GSSr to LMF1G system interconnect cable. SFF8088 (GSSr) to 2 x D-SUB + eSATA (connects up to 2 LMF1Gs). P/N HS160-5000 - eSATA Cable GSS102, or equal CLIN 0006: Qty 1 EA; - Rack Mount Slider Kit (GSSr, GSSrs,GSS103). P/N DS110-0141 - RMK-GSSr, or equal The Government anticipates award on a best value basis. The Government intends to award a firm fixed-priced purchase order in accordance with FAR 13.1 & 13.302 to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government IAW FAR 52.212-2. Delivery shall be made within 30 Days After Delivery of Contract. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. The following FAR/DFARS/AFFARS provisions/clauses apply to this acquisition: 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards. 52.209-6 - Protecting the Gov'ts Interests when Sub with Contractors debarred, Suspended. 52.212-4 - Contract Terms and Conditions-Commercial Items 52.212-5 Deviation - Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.219-28 - Post-Award Small Business Program Representation 52.222-3 - Convict Labor 52.222-19 - Child Labor - Cooperation with Authorities and Remedies 52.222-21 - Prohibition of Segregated Facilities 52.222-36 - Affirmative Action for Workers with Disabilities 52.223-18 - Contractor Policy to Ban Text Messaging While Driving 52.232-33 - Payment by Electronic Funds Transfer-SAM 52.232-99 Deviation - Providing Accelerated Payment to Small Business Subcontractors 52.233-4 - Applicable Law for Breach of Contract Claim 52.247-34 - F.O.B. Destination 52.252-2 - Clauses Incorporated by Reference (http://farsite.hill.af.mil) 52.252-6 - Authorized Deviations in Clauses ("Defense Federal Acquisition Regulation Supplement" and "Chapter 2") 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights 252.204-7008 - Export-Controlled Items 252.211-7003 - Item Identification and Valuation 252.212-7001 Deviation - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7001 - Buy American Act and Balance of Payment Program 252.225-7002 - Qualifying Country Sources as Subcontractors 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 - Wide Area Workflow Payment Instructions 252.232-7010 - Levies on Contract Payments 252.247-7023 Alt III - Transportation of Supplies by Sea 5352.201-9101 - Ombudsman Offerors shall complete a copy of the Online Offeror Representations and Certifications Application. Please refer to https://www.sam.gov/portal/public/SAM/ for information regarding the Online Representation and Certification Application process. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION (SAM) & ONLINE REPS & CERTS (ORCA) AS A SMALL BUSINESS UNDER NAICS: 334511 BEFORE BEING CONSIDERED FOR AWARD. Information concerning SAM requirements may be viewed via the internet https://www.sam.gov/portal/public/SAM/ or by calling the Federal Service Desk at 1-866-606-8220 interested parties must include, with their quote, their CAGE code, and tax identification number (TIN). Quotes should be transmitted by e-mail. The point of contact for this solicitation is Nell Matchkus Contract Specialist, (850) 283-8632, nell.matchkus@us.af.mil. Alternate point of contact is Randall Jones, Contracting Officer, (850) 283-2974, randall.jones.16@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/829ef34ee443a72aa874ccd42372db8c)
 
Place of Performance
Address: 83FWS/DO4, 1287 Florida Ave, Tyndall AFB, Florida, 32403, United States
Zip Code: 32403
 
Record
SN03150670-W 20130817/130815235852-829ef34ee443a72aa874ccd42372db8c (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.