Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2005 FBO #1217
SOLICITATION NOTICE

58 -- TG-8303 Test Equipment

Notice Date
3/25/2005
 
Notice Type
Solicitation Notice
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Lackland AFB - 37th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, TX, 78236-5253
 
ZIP Code
78236-5253
 
Solicitation Number
FAMAPC50330300
 
Response Due
4/4/2005
 
Archive Date
4/19/2005
 
Point of Contact
Shirley Jones, Contract Specialist, Phone (210)671-1754, Fax (210)671-5064, - William Blakeman, Contract Specialist, Phone 210-671-1709, Fax 210-671-1573,
 
E-Mail Address
shirley.jones@lackland.af.mil, william.blakeman@lackland.af.mil
 
Description
The 37th Contracting Squadron intends to award a sole source contract to Rockwell Collins Inc., 400 Collins RD NE, Cedar Rapids, IA in accordance with FAR Part 6.302. Award will be made in accordance with FAR Part 13.5 using Simplified Acquisition Procedures (SAP). This is a combined synopsis/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. Solicitation Number F2MAPC503303 is being issued as request for quotation (RFQ). This combined synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-27. The NAICS code is 334511 and the size standard is 500 employees. This acquisition includes: CLIN 0001, 1 Ea - TG-8303 ARC-210 Test Set (includes one year warranty on parts and labor), CLIN 0002, TG-8303 Text Set Training Course (consists of five days (40 hrs)with a maximum of four (4) student per class), CLIN 0003, COT Manuals (523-0780329, 523-0780361, 523-0780362). The provisions at FAR 52.212-1, Instructions to Offeror--Commercial Items, apply to this solicitation. The provisions at FAR 52.212-2, Evaluation--Commercial Items, apply to this acquisition. The clause at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, applies to this solicitation and the offeror must include a completed copy of this provision with their quote. Note: Representations and Certifications can be found at http://orca.bpn.gov/publicsearch.aspx. FAR 52.222-41, The Service Contract Act of 1965, as Amended applies to this solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires, FAR 52.222-48, Exemption from Application of Service Contract Act Provisions for Contract for Maintenance, Calibration, and/or Repari of Certain Information Technology, Scientific and Medical and/or Office and Business Equipment-Contractor Certification; FAR 52.232-33, Payment by Electronic Funds Transfer; FAR 52.247-34, FOB Destination. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes of Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. Specifically, the following clauses cited, are applicable to this solicitation: DFARS 252.225-7001, Buy American Act and Balance of Payment Program. The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this solicitation. The provision at FAR 52.215-1, Instructions to Offerors--Competitive Acquisitions applies to this solicitation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, will be the most advantageous to the Government, price, past performance, and other factors considered. Interested parties capable of providing the above items must submit a written quote to include discount terms, past performance information, tax identification number, cage code, and firm evidence of their ability to provide the needed items. All responses that meet the criteria contained within will be considered. Since award will be based on initial responses, it is encouraged to offer your most advantageous pricing in your initial response. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the DOD Central Contractor Registration (CCR) database, NO EXCEPTIONS. To register, you may call 1-888-227-2423 or apply via the Internet at http://www.ccr.gov. A firm-fixed price contract is contemplated. As the award will be made using (SAP), the evaluation procedures at FAR 13.106-2 will be used. All responsible sources may submit a quote. Quotes are due no later than 4:00 P.M., Central Standard Time (CST), 04 Apr 2005 and should reference the solicitation listed above. Quote must be valid for 60 days. Quotes must be mailed to POC: Shirley J. Jones at 37 CONS/LGCC, 1655 Selfridge Avenue, Lackland AFB TX 78236-5253, faxed to (210) 671-1199, or emailed to shirley.jones@lackland.af.mil. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (25-MAR-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AETC/LackAFBCS/FAMAPC50330300/listing.html)
 
Place of Performance
Address: 37 CONS/LGCC 1655 Selfridge Avenue Lackland AFB, TX
Zip Code: 78236-5253
 
Record
SN00776484-F 20050327/050325213406 (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.