Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2008 FBO #2448
SPECIAL NOTICE

59 -- Sole Source Notice - Radar Workstations

Notice Date
8/7/2008
 
Notice Type
Special Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 23 CONS, 4380B Alabama Rd, Moody AFB, Georgia, 31699-1794
 
ZIP Code
31699-1794
 
Solicitation Number
FA4830-08-Q-0081
 
Archive Date
8/28/2008
 
Point of Contact
William L Davis,, Phone: 229-257-3947
 
E-Mail Address
william.davis@moody.af.mil
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis and 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. The solicitation number for this procurement is FA4830-08-Q-0081 and is issued as a Request for Quotation (RFQ). Moody AFB intends to award a sole-source (sole-manufacturer) contract under the authority of FAR 13.501 for Radar Workstations. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-20, Defense Acquisition Circular (DAC) 91-13 correction, DFARS Change Notice (DCN) 20070906, and Air Force Acquisition Circular (AFAC) 2007-0823 For informational purposes The Standard Industrial Classification Code is 7195. The North American Industry Classification System is 334511. The size standard is 750 employees. This acquisition is unrestricted IAW FAR 19.502-2. The BID SCHEDULE shall be for: Line Item 0001 2 EA: Systems Atlanta IDS5 Radar Workstations and associated equipment FOB Point: Destination. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. This requirement is unrestricted. Interested firms may identify their interest and capability to respond to the requirement. A determination not to compete this requirement based upon responses to this notice is solely within the discretion of the government; all responsible sources may submit an offer, which will be considered. Written responses to this synopsis shall contain sufficient documentation to establish a bona-fide capability to fulfill this requirement. Interested sources must submit in writing, technical capabilities, pricing, and other information that demonstrates the ability to meet this requirement within 8 days. The Government contemplates award of a firm fixed price contract resulting from this solicitation. If no responses are received, a sole source contract with Complete Parachute Solutions, Inc. will be pursued without further notice. Firms responding to this synopsis should reference the solicitation number and indicate their business size as defined by FAR 52.219. Inquires concerning this synopsis must be in writing and may be faxed to 229-257-4032. Request for Quotation (RFQ) should be submitted and shall contain the following information: RFQ NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFERS; NAME, ADDRESS; TELEPHONE NUMBER OF OFFEROR; TERMS OF THE EXPRESSED WARRANTY; PRICE, ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if applicable). Quote shall also contain all other documentation specified herein. Signed quotes must indicate quantity, unit price and total amount for each item. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. PERIOD OF ACCEPTANCE OF OFFERORS: The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. LATE OFFERS: Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered. EVALUATION/AWARD:IAW FAR 52.212.2, Evaluation-Commercial Items, the Government will award a purchase order resulting from this solicitation to the responsive responsible low offeror. All offerors MUST BE CENTRAL CONTRACTOR REGISTERED (CCR). Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. OFFERORS SHALL INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, WITH THEIR OFFER. Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil/. http://farsite.hill.af.mil/. FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Pursuant to FAR Clause 52.212-5 the following clauses are hereby incorporated by reference: FAR 52.222-3 Convict Labor (E.O. 11755), FAR 52.233-3 Protest After Award (31 U.S.C. 3553 and 40 U.S.C. 759), FAR 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (15 U.S.C. 637 (d)(2) and (3)), FAR 52.222-26 Equal Opportunity (E.O. 11246) FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212) FAR 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C. 793) FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212) FAR 52.225-3, Buy American Act-Supplies (41 U.S.C. 10) FAR 52.225-21, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program (41 U.S.C. 10, pub.L.103-187) FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241) FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment, FAR 52.228-5 Insurance-Work on a Government Installation. The following FAR Clauses apply if marked /X/: / / FAR 52.214-21, Descriptive Literature, / / FAR 52.219-6, Notice of Total Small Business Set-Aside. RESPONSE TIME: RESPONSES WILL BE ACCEPTED AT THE 23 CONTRACTING SQUADRON LOCATED AT 4380B ALABAMA ROAD, MOODY AFB GA 31699 NO LATER THAN 2:00 P.M. EST ON 13 AUG 2008. ALL PROPOSALS SHALL BE MARKED WITH REQUEST FOR QUOTATION, SOLICITATION NUMBER, RECEIPT OF QUOTATION DATE & TIME, AND PROJECT TITLE ON THE OUTSIDE OF THE PROPOSAL ENVELOPE. MULTIPLE AWARDS WILL NOT BE MADE FROM THIS COMBINED SYNOPSIS/SOLICITATION. FACSIMILE AND EMAIL OFFERS WILL BE ACCEPTED. Contracting Officer: Lt Will Davis, (229) 257-3947 (phone), 229-257-3547 (fax), william.davis@moody.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f3107914279dd468a3bc596bd0ab66c9&tab=core&_cview=1)
 
Place of Performance
Address: Moody AFB, Georgia, 31699, United States
Zip Code: 31699
 
Record
SN01633814-W 20080809/080807222540-f3107914279dd468a3bc596bd0ab66c9 (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.