Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 23, 2007 FBO #1915
SOLICITATION NOTICE

16 -- Portable Instrument Landing System Receiver

Notice Date
2/21/2007
 
Notice Type
Solicitation Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 375th Contracting Squadron, 201 East Winters Street Building 50, Scott AFB, IL, 62225-5015, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F3SF556345A200
 
Response Due
3/7/2007
 
Archive Date
3/22/2007
 
Description
The 375th Contracting Squadron at Scott AFB IL is contemplating an award for the purchase of two (2) Portable Instrument Landing System/VOR Receivers with accessory antenna kits. This is a commercial purchase using FAR Part 12 and Part 13 procedures. The following information, as required per FAR 12.603(c)(2) applies: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. (ii) The solicitation reference number is F3SF556345A200, it is being issued as a Request for Quotation (RFQ). (iii) The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-15, effective 12 Feb 07, and the Defense Federal Acquisition Regulation Supplement DCN 20070212 Edition. (iv) This acquisition is 100% un-restricted under North American Industry Classification System (NAICS) code 334511. (v) CLINS: 0001, Portable Instrument Landing System/VOR Receiver w/ accessory antenna kit. Measures DDM, SDM, % modulation, RF frequency, AF frequency, harmonic distortion, and CVOR/DVOR azimuth. Analysis audio and spectral of a received signal. Hard shell carrying case, holding all its accessories, including the VHF and UHF antennas, cables, battery charger, telescoping unipod, and a fixed 30 dB attenuator. "CE Mark Certified". Manufacturer: Thales ATM, Inc Part#: 7010 BRAND NAME or EQUAL Qty: 2 Units Each Price Per Unit: $___________ Total Quote: $___________ PROVIDE PRICING ON THE CLIN WITH YOUR RESPONSE. (vi) Description of requirements: 1. The contractor will provide all material, equipment, shipping, and all labor associated with the procurement of this PLS/VOR receiver. (vii) The Government desires FOB Destination, Scott AFB IL within 30 days after receipt of order. Offerors must provide warranty information specific to all equipment and installation. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. ADDENDA TO 52.212-1: PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE: 1. DUNS Number _________________________________________ 2. TIN Number ___________________________________________ 3. CAGE Code ___________________________________________ 4. Contractor Name _________________________________________ 5. Payment Terms (net 30) or Discount _____________________________________ 6. Delivery Date _________________________________________ 7. Business Type (i.e. small, women-owned, etc.)______________________________ 8. Point of Contact & Phone Number________________________________________ 9. Fax Number _____________________________________ 10. Email address___________________________________________________ 11. FOB (destination or origin) _______________________________________ TECHNICAL CAPABILITY INFORMATION: Provide descriptive literature that details the capabilities of the products offered. This information will be used to determine the technical acceptability of the products offered. (ix) Evaluation of quotes will be conducted using Simplified Acquisition Procedures per FAR Part 13.106. The evaluation criteria are: LOWEST PRICE TECHNICALLY ACCEPTABLE. (x) OFFERORS MUST INCLUDE WITH THEIR PROPOSAL 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. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items applies. (xii) The clause at FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies. The following clauses apply: FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3, Protest after Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; (xiii) The following provisions and clauses also apply and, in accordance with FAR 52.252-1 is incorporated by reference: FAR 52.209-6, Protecting the Government?s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.211-6, Brand Name or Equal; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.247-34, F.O.B. Destination; DFARS 252.225-7000, Buy American Act ? Balance of Payments Program Certificate; DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; AFFARS 5352.201-9101, Ombudsman In accordance with DFARS 252.204-7004, Alternate A, 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 via the Internet at http://www.ccr.gov/. Confirmation of CCR registration must be obtained before award can be made. DFARS 252.232-7003 Electronic Submission of Payment Requests. Department of Defense (DoD) Appropriations Act of 2001, Section 1008 Electronic Submission and Processing of Claims for Contract Payments requires that any claim for payment under a DoD contract shall be submitted in electronic form. Wide Area Workflow Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at NO COST to the contractor and training will be provided. Information available at no cost is located at http://www.wawftraining.com (xiv) N/A (xv) N/A (xvi) Quotes are due to: By mail: 375 CONS/LGCB Attn: SSgt. Eric Gourley 201 E Winters St, Bldg 50 Scott AFB IL 62225-5015 By fax: 618-256-2174 Attn: SSgt. Eric Gourley By email: eric.gourley@scott.af.mil QUOTES ARE DUE NO LATER THAN 12:00 P.M. CST ON 7 MARCH 07 PERIOD FOR ACCEPTANCE OF QUOTES: The offeror agrees to hold the prices in its quote firm for 125 calendar days from the date specified for receipt of quotes. (xvii) The point of contact for this acquisition is SSgt. Eric Gourley: phone 618-256-9252; fax 618-256-2174; e-mail eric.gourley@scott.af.mil. In the event this individual is not available, contact Ms. Marcia Wuebbels: phone 618-256-9308; fax 618-256-5237; e-mail marcia.wuebbels@scott.af.mil.
 
Place of Performance
Address: 201 E Winters St, Bldg 50, Scott AFB, IL
Zip Code: 62225
Country: UNITED STATES
 
Record
SN01235897-W 20070223/070221220743 (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.