Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2004 FBO #1022
SOLICITATION NOTICE

17 -- GPS TSO C-129

Notice Date
9/11/2004
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 347 CONS, 4380B Alabama Rd., Moody AFB, GA, 31699-1794
 
ZIP Code
31699-1794
 
Solicitation Number
FA4830-04-Q-0081
 
Response Due
9/20/2004
 
Archive Date
10/5/2004
 
Point of Contact
Cherry Roberts, Contract Specialist, Phone 229-257-4712, Fax 229-257-4032, - Bryan Ewing, Contract Specialist, Phone 229-257-4717, Fax 229-257-4032,
 
E-Mail Address
cherry.roberts@moody.af.mil, bryan.ewing@moody.af.mil
 
Description
This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in 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. The solicitation number for this procurement is FA4830-04-Q-0081 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2001-24, Defense Acquisition Circular (DAC) 91-13 correction and Air Force Acquisition Circular (AFAC) 2004-0804. For informational purposes the North American Industry Classification System is 334220. The BID SCHEDULE shall be for GPS, CLIN 0001 2 each, GPS, Honeywell KLN 900 GPS TSO C-129, Class A-1 and STC approved for IFR enroute, terminal, and non-precision approach use. Unique split 3-inch split screen CRT display. Built-in moving map graphics showing nearby airports and navaids. Complete American or International database. Dual mounting system aids pedestal installation. Installation ease is further exhanced by extensive analog and digital inputs and outputs. Black or Gray Beal. BRNAV and primary means oceanic compliant versions available. RAIM and FDE predicition. Preflight software version 2.0 for PC based flight planning included. (Americas database can be updated by user via front loading PCMCIA Card replacement or personal computer. International databases can be updated by user via diskette with personal computer.) FOB Point: Destination. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. This requirement is unrestricted. The government requires purchase of Honeywell KLN 900 GPS TSO C-129 as they are essential for pilot training. Interested firms may identify their interest and capability to respond to requirement. A determination not to compete this requirement based upon responses to this notice is solely within the discretion of the government; all responsible sources may submit an offer, which will be considered. Written responses to this synopsis shall contain sufficient documentation to establish a bona-fide capability to fulfill this requirement. Interested sources must submit in writing, technical capabilities, pricing, and other information that demonstrates the ability to meet this requirement within TEN days. The Government contemplates award of a firm fixed price contract resulting from this solicitation. If no responses are received, a sole source contract with Honeywell will be pursued without further notice. Firms responding to this synopsis should reference the solicitation number and indicate their business size as defined by FAR 52.219. Inquires concerning this synopsis must be in writing and may be faxed to 229-257-4032. Request for Quotation (RFQ) should be submitted and shall contain the following information: RFQ NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFERS; NAME, ADDRESS; TELEPHONE NUMBER OF OFFEROR; TERMS OF THE EXPRESSED WARRANTY; PRICE, ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if applicable). Quote shall also contain all other documentation specified herein. Signed quotes must indicate quantity, unit price and total amount for each item. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. PERIOD OF ACCEPTANCE OF OFFERORS: The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. LATE OFFERS: Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered. EVALUATION/AWARD:IAW FAR 52.212.2, Evaluation-Commercial Items, the Government will award a purchase order resulting from this solicitation to the responsive responsible low offeror. All offerors MUST BE CENTRAL CONTRACTOR REGISTERED (CCR). Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. OFFERORS SHALL INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, WITH THEIR OFFER, which can be downloaded from the internet or requested in writing via facsimile at 229-257-4032. Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil/ ; Federal Acquisition Regulation Table of Contents. FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation). Pursuant to FAR Clause 52.212-5 the following clauses are hereby incorporated by reference: FAR 52.222-3 Convict Labor (E.O. 11755), 52.222-19 Child Labor--Cooperation with Authorities and Remedies, 52.222-21Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C. 793), FAR 52.222-37, Employment Reports on Special Disable Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), FAR 52.225-3, Buy American Act--Free Trade Agreement--Israeli Trade Act, 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241), FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment. The Defense Priorities and Allocations System (DPAS) rating is C9E. RESPONSE TIME: REQUEST FOR QUOTATION WILL BE ACCEPTED AT THE 347 CONTRACTING SQUADRON (MSCB) LOCATED AT 4380B ALABAMA ROAD, MOODY AFB GA 31699 NO LATER THAN 2:00 P.M. EST ON 20 September 2004. ALL QUOTES SHALL BE MARKED WITH REQUEST FOR QUOTATION NUMBER, DATE & TIME, AND REQUEST FOR QUOTATION (RFQ) TITLE ON THE OUTSIDE OF THE ENVELOPE. FACSIMILE OFFERS WILL BE ACCEPTED. The point of contact for this solicitation is Cherry Roberts, 229-257-4712, 229-257-4032 fax or Bryan Ewing, 229-257-4717.
 
Place of Performance
Address: MOODY AIR FORCE BASE, GA
Zip Code: 31699
Country: USA
 
Record
SN00670679-W 20040913/040911211619 (fbodaily.com)
 
Source
FedBizOpps.gov 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.