Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2007 FBO #2119
SOLICITATION NOTICE

58 -- Trulink Aircraft Intercom System

Notice Date
9/13/2007
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
USPFO for Utah, P.O. Box 2000, Draper, UT 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
W67K3G-7212-0002
 
Response Due
9/20/2007
 
Archive Date
11/19/2007
 
Small Business Set-Aside
Total Small Business
 
Description
OFFICE ADDRESS: USPFO for Utah, P. O. Box 2000, 12953 South Minuteman Drive, Draper, UT 84020-2000 SUBJECT: Aircraft Intercom System SOLICITATION NUMBER: W67K3G-7212-0002 QUOTE DUE DATE: 20 September 2007 POC: Linda Duvall, Contracting Officer, (801)523-4091 DESCRIPTION: This 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, quot es are hereby requested. A written solicitation will not be issued. This requirement will be 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) Code will be 334220, size standard is 750 Employees. REQUIREMENT: Four (4) Trulink Transceiver Units, Part #780-1000-001; One (1) Trulink Lemo TPT, Part #780-1000-003; One (1) Trulink VIP Cable, Part #JB6856-M3; One (1) Trulink Dual Lemo Channel Select, Part #CC6856-M7; Four (4) Trulink David Clark H10-76 H eadsets, Part #12510G-21. Only accepting quotes for the Trulink. APPLICABLE PROVISIONS AND CLAUSES: APPLICABLE PROVISIONS AND CLAUSES: The following provisions in their latest editions apply to this solicitation: FAR 52.212-1, Instructions to Offerors, Commercial; FAR 52.212-2, EvaluationCommercial Items; FAR 52.213 ALT 1, Offeror Representations and CertificationsCommercial Items. Contract Terms and Conditions are incorporated by reference and applies to this acquisition with the following addendum: DFARS 252.204-7004 ALT A, Required Central Contract Registration, C ommercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders. Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contr act. The following clause are incorporates by reference: 52.204-7, Central Contractor Registration; 52.212-3 ALT1, Offeror Representations and CertificationsCommercial Items; 52.212-4, Contract Terms and Conditions--Commercial Items; 52.219-6, Notice of T otal Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregation Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Disabled Veterans an d Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration; 52.233-2, Service of Protest After Award; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.219.1, Small Business Program Representation; 52.252-2, Clauses Incorporated by Reference; 252.212-7001 Contract Terms and Conditions Required to Impleme nt Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7000, Buy American Act-Balance of Payments Program Certificate; 252.225-7001, Buy American Act and Balance of Payments Program; 252.232-7003, Electronic Submiss ion of Payment EVALUATION FACTORS: The contract type for this procurement will be Firm-Fixed price and award will be made on the basis of best value to the Government, price and other factors considered. Selection will be based on the following evaluation factors in no order of importance: (1) past performance, caliber of offerors performance on previous contracts of a similar nature; and (2) total cost and/or price. ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardee shall be registered and active in the CCR database prior to award. If the offeror does not become registered in the CCR database by the due date/time of quote, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. Offerors may obtain information on registration at www.ccr.gov or by calling 1-888- 227-2423 or 269-961-5757. Quotes are due NLT 10:00 a.m. MST on 20 September 2007. Quotes may be mailed to: USPFO for Utah, Attention Linda Duvall, 12953 South Minuteman Drive, P.O. Box 2000, Draper, UT 84020-2000 or e-mailed to Linda.duvall@us.army.mil; facsimiles will not be accep ted. All quotes must arrive at the place and by the time specified. All offers shall be clearly marked with the quotation number, offerors name and address, point of contact, phone number, fax number, and e-mail address (if available). Quote must include : cost/price to include any shipping and handling to 84084 and at least three references (companies who youve provided similar items too) or quote may be considered non-responsive. Questions may be e-mailed to the address above; no telephone calls will be accepted.
 
Place of Performance
Address: USPFO for Utah P.O. Box 2000, Draper UT
Zip Code: 84020-2000
Country: US
 
Record
SN01405973-W 20070915/070913222406 (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.