Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 08, 2017 FBO #5859
SOLICITATION NOTICE

16 -- Quasonix S-Band Telemetry Transmitter - Brand Name Letter

Notice Date
12/6/2017
 
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 Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
F1S0AR7290BX01
 
Archive Date
12/30/2017
 
Point of Contact
Katie M Hudiburgh, Phone: 6612773321
 
E-Mail Address
katie.hudiburgh@us.af.mil
(katie.hudiburgh@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Brand Name Letter Redacted Combined Synopsis/Solicitation F1S0AR7290BX01 The solicitation/contract number for this acquisition is F1S0AR7290BX01. This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this requirement. This is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-96 and DFARs Change Notice (DCN) 20161222. Federal Supply Class/Service (FSC) code is 1680. NAICS is 334511 and the size standard is 1,250 employees. Please carefully review requirements detailed below. The following Brand Name supply item the Air Force Test Center, Edwards Air Force Base, CA is seeking to purchase: CLIN 0001: Quasonix Part Number QSX-VSR2-1100-10-50-06AB-FM-P9-PF-PM-SWBX, (Qty. 2) CLIN 0002: Quasonix Part Number QSX-AC-SWBX-P9-3B-3M, (Qty. 2) CLIN 0003: Quasonix Part Number QSX-AC-32-HS-28V-SP, (Qty. 2) CLIN 0004: Quasonix Part Number QSX-AC-MDM15-HARNESS-SOCK (Qty. 2) This is a brand name requirement. See attached Brand Name Letter. Shipping: FOB Destination to Edwards, CA. Delivery Date: 90 Days ARO This will be awarded based on Lowest Price Technically Acceptable (LPTA) quote. Defense Priorities and Allocations System (DPAS) does not apply. Interested contractors can access the clauses by Internet URL: http://farsite.hill.af.mil. To register with SAM go to URL: http://www.sam.gov/. In accordance with DFARS 252.204-7004, Alt A, System for Award Management, registration must be completed. The following provisions and clauses apply to this acquisition: FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements--Representation (Jan 2017) FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) FAR 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016) FAR 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016) FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) FAR 52.212-1 Instructions to Offerors--Commercial Items (Jan 2017) FAR 52.212-2 Evaluation--Commercial Items (Oct 2014) FAR 52.212-3 Offeror Representations and Certifications--Commercial Items (Jan 2017) FAR 52.212-3 Alt I Offeror Representations and Certifications--Commercial Items (Oct 2014) FAR 52.212-4 Contract Terms and Conditions--Commercial Items (Jan 2017) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Terms (Nov 2017) FAR 52.219-28 Post Award Small Business Program Representation (Jul 2013) FAR 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) FAR 52.222-19 Child Labor--Cooperation With Authorities and Remedies (Oct 2016) FAR 52.222-21 Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-26 Equal Opportunity (Sep 2016) FAR 52.222-3 Convict Labor (Jun 2003) FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jul 2014) FAR 52.222-50 Combating Trafficking in Persons (Mar 2015) FAR 52.223-15 Energy Efficiency in Energy-Consuming Products (Dec 2007) FAR 52.223-18 Encouraging Contractor Policies to Ban Text-Messaging While Driving (Aug 2011) FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.232-33 Payment by Electronic Funds Transfer--System for Award Management (Jul 2013) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.239-1 Privacy or Security Safeguards (Aug 1996) DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) DFARS 252.204-7011 Alternative Line Item Structure (Sep 2011) DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016) DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors (May 2016) DFARS 252.211-7003 Item Identification and Valuation (Mar 2016) DFARS 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013) DFARS 252.225-7000 Buy American Statute--Balance of Payments Program Certificate (Nov 2014) DFARS 252.225-7001 Buy American and Balance of Payments Program (Dec 2016) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions (May 2013) DFARS 252.232-7010 Levies on Contract Payments (Dec 2006) DFARS 252.239-7017 Notice of Supply Chain Risk (Nov 2013) DFARS 252.239-7018 Supply Chain Risk (Oct 2015) DFARS 252.244-7000 Subcontracts for Commercial Items (Jun 2013) DFARS 252.246-7008 Sources of Electronic Parts (Oct 2016) DFARS 252.247-7023 Transportation of Supplies by Sea (Apr 2014) AFFARS 5352.201-9101 Ombudsman (Oct 2017) Offerors are required to submit with their quote with enough information for the Government to evaluate the minimum requirements detailed in this combined synopsis/solicitation, including cage code, duns number, date offer expires and warranty information. No partial quotes for the listed above will be accepted. Only the specified brand name will be accepted. The offeror must be an authorized reseller. This will be awarded based on the lowest price technically acceptable quote. Any questions in regards to this combined synopsis/solicitation must be received by 12 Dec 17, 8:00 AM Pacific. Offers are due at the AFTC/PZIEB, 5 South Wolfe Avenue, Building 2800, Edwards AFB, CA 93524, NLT 4:00 PM Pacific on 15 December 2017. E-mail address: katie.hudiburgh@us.af.mil Point of Contact: Katie Hudiburgh, Contract Specialist, Phone 661-277-3321, E-mail katie.hudiburgh@us.af.mil Monika B. Masei, Contracting Officer, Phone 661-277-7708, E-mail Monika.masei@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/F1S0AR7290BX01/listing.html)
 
Place of Performance
Address: Edwards, California, 93524, United States
Zip Code: 93524
 
Record
SN04758883-W 20171208/171206231306-10ff00e488fbfd44731077a4acb9f83e (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.