Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2006 FBO #1563
SOLICITATION NOTICE

66 -- Fiber Coupled Diode Laser System

Notice Date
3/6/2006
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 377 CONS - Kirtland (Operational Contracting Squadron), 377 CONS/LGC Operational Contracting Squadron 2000 Wyoming Blvd SE, Kirtland AFB, NM, 87117-5606
 
ZIP Code
87117-5606
 
Solicitation Number
Reference-Number-F2KBAD6054A100
 
Response Due
3/17/2006
 
Archive Date
4/1/2006
 
Small Business Set-Aside
Total Small Business
 
Description
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 solicitation and incorporated provisions/clauses are those in effect through FAC 2005-008. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Purchase request number F2KBAD6054A100 is issued as a Request for Quote (RFQ). The applicable North American Industry Classification System (NAICS) code is 541330. The small business size standard is 4 million dollars. This is a small business set-aside. Date of delivery is 30 (thirty) days from award date of contract to Kirtland Air Force Base, New Mexico, 87117. FOB Origin. No paper copies will be issued. No telephone requests will be honored. Prospective offerors must register on the FedBizops site in order to receive notification to changes in the solicitation. CLIN 0001 Fiber-Coupled Diode Laser System 1 EA (SEE ATTACHMENT) CLIN 0002 Fiber-Coupled Diode Laser System 1EA (SEE ATTACHMENT) FAR provisions/Clauses incorporated by reference: 52.203-3 Gratuities; 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions; 52.203-12 Limitations on Payments to Influence Ceratin Federal Transaction; 52.204-4 Printed or Copied Doubled-Sided on Recycled Paper; 52.209-5 Certification Regarding Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters; 52.204-7 Central Contractor Registration (OCT 2003); 52.211-6 Brand Name or Equal (AUG 1999); 52.212-1 Instructions to Offerors?Commercial Items (JAN 2005); 52.212-3 Offeror Representations and Certifications?Commercial Items (MAR 2005). Offerors are required to submit a completed copy of FAR 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items, with their quote; 52.212-4 Contract Terms and Conditions Commercial Items (OCT 2003); 52.222-25 Affirmative Action Compliance;52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement; 52.229-3 Federal, State and Local Taxes(April 2003); 52.229-4 Federals, Sate and Local Taxes (State and Local Adjustments) (April 2003); 52.232-17 Interest (June 1996); 52.233-1 Disputes (Jul 2002); 52.233-2 Service of Protest (Aug 1996); 52.233-3 Protest After Award (Aug 1996); 52.242-13 Bankruptcy (Jul 1995);52.246-23 Limitation of Liability (Feb 1997); 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country; 252.212-7000 Offeror Represenations and Certifications ? Commercial Items; 252.225-7000 Buy American Act?Balance of Payment Program Certificate; 52.233-4 Applicable Law for Breach of Contract Claim; 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees. Provisions/Clauses incorporated by full text: 52.212-2 Evaluation--Commercial Items, 52.212-5 Contract Terms and Conditions required to Implement Statues or Executive Orders --Commercial Items (JUN 2004) [in paragraphs (b) and (c) the following clauses apply: 52.219-6, 52.222-3; 52.222-21, 52.222-26;52.225-13; 52.232-33, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37]; 52.222-22 Previous Contract Compliance Reports (FEB 99); 52.252-2 Clauses Incorporated by Reference (FEB 1998) Clauses and provisions may be accessed in full text at http://farsite.hill.af.mil; 252-2004-7004 Alt I Central Contractor Registration (NOV 2003); 252.212-7001 Contract Terms and Conditions Required to Implement Statutes--Commercial (SEP 2004)) [inParagraph (b) the following clauses apply: 252.232-7003]; 252.225-7000 Buy American Act ?Balance of Payments Program Certificates (APR 2003); 252.225-7035 Buy American Act--Free Trade Agreements?Balance of Payments Program Certificate (JAN 2005). To be eligible to receive an award resulting from this solicitation, contractor must be registered in the DoD Central Contractor Registration (CCR) database. To register, you may apply through the Internet at http://www.ccr.gov. Specifications are provided for items solicited. Offerors must provide technical literature/documentation for items offered for technical evaluation. No further requests will be made for this information and failure to submit may result in your offer being eliminated from award consideration. Award will be made relative to best overall value. Best value may be made but not limited to past performance, technical capability, quality, trade-in consideration, probable life, warranty, maintainability, and price. Offers must meet minimum spcifications but offers which extend minimums may be rated more favorably. The Government will not however, pay an unreasonable price for additional technical capability and will compare any additional capability to any additional price. Since the Government is interested in obtaining the best overall value, award may not go to the lowest overall price if any factors considered justify a higher price. Notwithstanding that technical capability is more important than price, should all offres appear equal, price will become the determining factor in the award decision. Offers may be faxed, in accordance with FAR 52.214-31, Facsimile Bids (Dec 1989) to: 505-846-4083 for the attention of: Melissa Brown, or e-mailed to melissa.brown@kirtland.af.mil Offers must be received by 1530hrs (MST) on 17 March 2006.
 
Place of Performance
Address: 2000 Wyoming BLVD SE, Building 20604 Kirtland AFB, NM
Zip Code: 87117-5606
Country: USA
 
Record
SN01000688-W 20060308/060306212128 (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.