SOLICITATION NOTICE
N -- DEVELOPMENT, INTERGRATION, AND ACCEPTANCE OF SPECIALIZED SIMULATED AIRCRAFT ELECTRONIC CONTROL LOADING SYSTEM
- Notice Date
- 6/5/2007
- Notice Type
- Solicitation Notice
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Randolph AFB - 12th Contracting Office, 395 B Street West Suite 2, Randolph AFB, TX, 78150-4525, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-F3P3BD7130A100
- Response Due
- 6/10/2007
- Archive Date
- 6/25/2007
- Description
- The 12th Contracting Squadron at Randolph AFB intends to negotiate on a sole-source basis with Simulation and Control Technologies, 970 Conklin Rd, P.O. Box 426, Conklin, NY 13748. This acquisition is proprietary in nature and is for the development, integration, and acceptance of a specialized simulated aircraft electronic control loading system. This is a streamline combined/synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This notice constitutes the only notice. A written solicitation will not be issued. This requirement is issued a request for quote to Simulation and Control Technologies. The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-17. The NAICS Code is 541512; size standard $23 million IAW 10 U.S.C. 2304c (1), as implemented by FAR Part 6.302-1 ? Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. A Firm Fixed Priced Award will be made in accordance with the attached Statement of Work. SOLE SOURCE NATURE OF ACQUISITION: This acquisition is proprietary in nature. The requirement is for the development, integration, and acceptance of the specialized simulated aircraft electronic control loading system purchased from Simulation and Control Technologies. The specialized simulated aircraft electronic control loading system is an integral part of the Boom Operator Weapon System Trainer (BOWST). The BOWST creates a virtual boom operation training environment to simulate actual refueling sorties. Due to the proprietary nature of the specialized simulated aircraft control loading system and existing warranty restrictions, the required development, integration, and acceptance must be performed by Simulation and Control Technologies. CONTRACT TERMS AND CONDITIONS: The following provisions apply: 52.212-3 -- Offeror Representations and Certifications -- Commercial Items. 52.215-5 -- Facsimile Proposals 52.252-1 -- Solicitation Provisions Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address: http://farsite.hill.af.mil 52.212-1 -- Instructions to Offerors -- Commercial Items. The following clauses apply: 52.202-1 Definitions of Words and Terms Provisions and Clauses. 52.204-4 -- Printed or Copied Double-Sided on Recycled Paper. 52.212-4 Contract Terms and Conditions-Commerical Items. Paragraph ? of this clause is tailored as follows: (c) Changes. Changes in terms and conditions of this contract may be only made by written agreement of the parties, with the exception of: (1) Administrative changes such as paying office, appropriation date, etc. (2) No cost amended shipping instructions (ASI) if (A) The ASI modifies a unilateral purchase order, and (B) The contractor agrees verbally or in writing, (3) Any change made before work begins if (A) The change is within scope of the original order, (B) The contractor agrees; (C) The modification references the contractors verbal or written agreement. 52.204-7 -- Central Contractor Registration. 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items with these additional FAR clauses marked: 52.219-6 -- Notice of Total Small Business Set-Aside. 52.222-3 -- Convict Labor. 52.222-19 -- Child Labor?Cooperation with Authorities and Remedies. 52.222-21 -- Prohibition of Segregated Facilities. 52.222-26 -- Equal Opportunity. 52.222-35 -- Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. 52.222-36 -- Affirmative Action for Workers With Disabilities. 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. 52.225-13 -- Restrictions on Certain Foreign Purchases. 52.232-33 -- Payment by Electronic Funds Transfer--Central Contractor Registration. END OF CLAUSES MARKED FOR 52.212-5 52.223-5 -- Pollution Prevention and Right-to-Know Information 52.223-6 -- Drug-Free Workplace 52.222-48 -- Exemption from Application of Service Contract Act Provisions -- Contractor Certification 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation. 52.232-1 -- Payments. 52.252-2 -- Clauses Incorporated by Reference (Feb 1998) The full text of this clause may be accessed electronically at: http://farsite.hill.af.mil 252.204-7004 ALTERNATE A (NOV 2003) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, with these additional clauses marked: 252.225-7001, Buy American Act and Balance of Payments Program (JUN 2005) 252.232-7003, Electronic Submission of Payment Requests (MAR 2007) END FO CLAUSES MARKED FOR 25.212-7001 252.243-7001 Pricing of Contract Modifications 252.225-7002 Qualifying Country Sources as Subcontractors. 252.232-7003 Electronic Submission of Payment Requests. 252.232-7010 Levies on Contract Payments. 5352.201-9101 OMBUDSMAN 5352.223-9001 Health and Safety on Government Installations. 5352.242-9000 Contractor access to Air Force installations. Responses to this notice shall be provided in writing via e-mail to: Larry D. James, Jr., at larry.james@randolph.af.mil and copied to Linda Johnson at linda.johnson1@randoloph.af.mil. All responses shall be received NLT 1:00 PM CST on 1 Jun 2007. Offeror must also include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items. This provision can be located at http://farsite.hill.af.mil (FAR Part 52) or orca.bpn.gov
- Place of Performance
- Address: 12 MSG/TF, RANDOLPH AFB, TX
- Zip Code: 78150
- Country: UNITED STATES
- Zip Code: 78150
- Record
- SN01310410-W 20070607/070606083657 (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 |