Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 19,2000 PSA#2645

Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5, Tyndall AFB, FL, 32403-5526

58 -- RADAR REFLECTOR LENSES SOL F08637-00-QX086 DUE 072800 POC Darryl Barnes, Contract Specialist, Phone 850 283-8624, Fax 850 283-3963, Email darryl.barnes@tyndall.af.mil -- Oui Carroll, Contract Specialist/Officer, Phone 850 283-8662, Fax 850 283-8491, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=R&ProjID=F08637-00-QX086&LocID=511. E-MAIL: Darryl Barnes, darryl.barnes@tyndall.af.mil. The 325th Contracting Squadron at Tyndall AFB FL intends to award a purchase order under Simplified Acquisition Procedures (SAP) for the purchase of Radar Reflector Lenses. This is a combined synopsis/ solicitation for commercial items prepared in accordance with the format in FAR Subparts 12.6 and 13.5, 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. The solicitation number is F08637-00-QX086 and is issued as a Request for Quotation (RFQ). The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 97-17 and Defense Acquisition Circular 91-13. This solicitation is 100% SET ASIDE FOR SMALL BUSINESS CONCERNS in accordance with FAR Part 19. The Standard Industrialization Code is 3669, size standard 750 employees. The contractor shall provide the following: Reflector, radar, lens-type, 7 inch 10 GHz frequency, view angle 90 degree-120 degree. 4.0m RCS up to a 90 degree. (Qty 75) Rozendal part number RA-1070-1 (or equal). Used on the MQM-107D and BQM-34A Sub-scale drones. FOB destination is required by the Government. Please acknowledge all requirements on quotations. The government anticipates issuing a purchase order on a sole source basis with Rozendal Associates, Inc. and/or their authorized distributors. This notice of intent is not a request for competitive quotes. 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. Offerors must provide brochures/literature of the items being offered along with their quote. The technical literature submitted needs to clearly communicate the offeror_s understanding and compliance with the minimum requirements as set forth in the specifications or any alternative proposal submitted in response to this RFQ. Discussions may or may not be held with offeror_s; therefore, each offeror_s initial proposal should be complete and accurate. FOB destination is required by the Government. FOB point is Tyndall AFB, FL. The required delivery date is 30 Sept 00. Contractor shall provide all materials, labor, and transporation necessary to delivery the items. Offerors must provide warranty information specific to all equipment. The following provisions and clauses can be viewed through internet access at the Air Force FAR Site, http://farsite.hill.af.mil. In Accordance with FAR 52.252-1 and FAR 52.252-2, the following provisions and clauses are incorporated by reference: FAR 52.212-1, Instructions to Offerors, Commercial Items, with the following: technical description of the items being offered in sufficient detail to evaluate compliance with the requirements of the solicitation (i.e. product literature), the terms of any expressed warranty, price and any discounts, and delivery times; FAR 52.212-2, Evaluation, Commercial Items. Award will be made to the offeror whose proposalrepresents the best value to the Government. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) price; and (iii) past performance. Alternative proposals are encouraged. The minimum requirements as set forth in the specifications reflect the Government_s desired features. However, alternative proposals demonstrating technically equivalent or technically superior performance characteristics than those outlined in the specifications will be considered. Offerors must provide along with their quote, information regarding past performance. Offerors must submit company names, addresses, telephone numbers, names, of contacts, contract numbers, and any other pertinent information to document past performance required by the Government. This information must include at a minimum three contracts placed over the past three years. Past performance will be used to evaluate the contractor_s ability to perform. OFFERORS MUST INCLUDE WITH THEIR QUOTES A COMPLETED COPY OF THE PROVISION AT 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS AND DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATION, COMMERCIAL ITEMS WITH THEIR QUOTE. Contract Terms and Conditions -- Commercial Items. It is tailored as follows: subparagraph c is changed to read: _Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as changes in paying office, appropriations data, etc. which may be changed unilaterally by the Government._ ; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders _ Commercial Items; FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Alt 1); FAR 52.222-26, Equal Opportunity (Deviation); 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 Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225-18, European Sanction for End Products; FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment is required; 52.247-34, F.O.B. Destination. In accordance with DFARS 252.204-7004, REQUIRED CENTRAL CONTRACTOR REGISTRATION, prior to receiving any contract award, contractors must be registered in the Central Contract Registration (CCR). If not already registered, you should immediately register with CCR by calling 1-888-227-2423 or via the Internet at http://ccr.edi.disa.mil. On-line registration with the CCR is also available at the Small Business Administration Internet address (www.sbaonline.sba.gov). Confirmation of CCR registration must be obtained before award can be made. DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.225-7007, Buy American Act _ Trade Agreements _ Balance of Payment Program; DFARS 252.225-7012, Preference for Certain Domestic Commodities; DFARS 252.225-7036, Buy American Act -- North American Free Trade Agreement Implementation Act _ Balance of Payment Program; DFARS 252.227-7015, Technical Data -- Commercial Items; DFARS 252.227-7037, Validation of Restrictive Markings in Technical Data; DFARS 252.232-7009, Payment by Electronic Fund Transfer; DFARS 252.243-7002, Certification of Requests for Equitable Adjustment. Quotes should reference RFQ No. F08637-00-QX086. Offers must be sent in writing/fax to the Purchasing Agent MSgt Barnes no later than 28 July 00 at 2:00 P.M. (CST) to 325 CONS/LGCS ATTN: MSgt Barnes, 501 Illinois Ave., Suite 5, Tyndall AFB FL 32403-5526. Posted 07/17/00 (D-SN475737). (0199)

Loren Data Corp. http://www.ld.com (SYN# 0279 20000719\58-0014.SOL)

58 - Communication, Detection and Coherent Radiation Equipment Index  |  Issue Index |


Created on July 17, 2000 by Loren Data Corp. -- info@ld.com