Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2008 FBO #2495
SOLICITATION NOTICE

71 -- Metal Cabinets

Notice Date
9/23/2008
 
Notice Type
Modification/Amendment
 
NAICS
332510 — Hardware Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 460 CONS / LGC, 460 CONS / LGC, 510 S. Aspen St. (MS 92), Bldg 1030, Buckley AFB, Colorado, 80011-9551
 
ZIP Code
80011-9551
 
Solicitation Number
F1K1AA8260A001
 
Response Due
9/23/2008
 
Archive Date
10/9/2008
 
Point of Contact
Thomas R Manning,, Phone: 720-847-9953, Thomas Elliott,, Phone: 720-847-9952
 
E-Mail Address
thomas.manning@buckley.af.mil, Thomas.Elliott@buckley.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This combined synopsis and solicitation for commercial items for Buckley AFB, Colorado, is prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. FOB is destination. This acquisition is a FY 08 requirement for 3 each EMI RF sheilded metal cabinets Boulder CO 80301. This contract will have one line item. Contractor shall provide all labor and transportation necessary to deliver these cabinets to Lockheed Martin located at 6325 Spine Rd, Boulder CO, 80301, Attn; TSgt Michael Wilson or Mr. Greg Colegrove at (314)489-7333. This announcement constitutes the only solicitation, and written copies of this solicitation will not be provided. Quotes are being requested. Solicitation F1K1AA8260A001 is a Request for Quote (RFQ). This procurement is being issued as a TOTAL SMALL BUSINESS SET-ASIDE. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-15 and DCN 20050001. North American Industrial Classification System Code 332510, and size standard of 500 employees applies to the solicitation. The Government intends to award a Firm Fixed Price Purchase Order under Simplified Acquisition Procedures (SAP) using FAR Part 13. The following provisions and clauses are hereby incorporated by reference: FAR 52.212-1 Instructions to Offerors--Commercial Items, FAR provision 52.212-3 Offeror Representations and Certifications. Contractor must also submit their representations and certifications at the online Representations and Certifications applications (ORCA) website at http://orca.bpn.gov - Commercial Items shall be completed and submitted with the proposal (complete provision in full text below), FAR clauses 52.212-4 Contract Terms and Conditions--Commercial Items, FAR52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (DEV); 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.223-5, Pollution Prevention and Right-to Know Information; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.219-6, Notice of Total Small Business Set Aside; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 5352.242-9000, Contractor Access to Air Force Installations; 252.247-7023, w/ Alt III Transportation of Supplies by Sea; 52.228-5, Insurance- Work on a Government Installation; 5352.201-9101, Ombudsman (paragraph (c) of the clause reads, HQ AFSPC/MSK Attn: 150 Vandenberg Street, Suite 1105 Peterson AFB, CO 80914-4350, Phone: 719-554-5250, Fax: 719-554-5299, e-mail: AK7@peterson.af.mil); 5352.228-9500, Insurance Requirements; 252.204-7003, Control of Government Personnel Work Product; 252-204-7004 Alt A, Required Central Contractor Registration; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Terms (DEV) [252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7002, Qualifying Country Sources As Subcontractors; 252.225-7036, Buy American-North American Free Trade Agreement Implementation Act-Balance of Payments Program; 252.232.7003, Electronic Submission of Payment Requests]; 5352.237-9001, Requirements Affecting Contractor Personnel Performing Mission Essential Services; 52.252-2, Clauses Incorporated by Reference, apply to this acquisition. The full text of the FAR and DFARS can be accessed on the Internet at http://www.farsite.hill.af.mil. Parties responding to this solicitation may submit their quote in accordance with standard commercial practices. Detailed price breakdowns of submitted prices are encouraged. All quotes must include the following information: Company's complete mailing and remittance address, discounts for prompt payment, if any (e.g. 1% 10 days), the company's CAGE Code, Dun & Bradstreet number, and Taxpayer ID number. The Government intends to make a best value single award to the responsible offeror whose offer is the most advantageous to the Government considering best price. Contractor shall be required to invoice through the Wide Area Work Flow (WAWF) system at https://wawf.eb.mil. More information regarding WAWF will be provided upon contract award. The contractor must have current registration through Central Contractor Registration (CCR), www.ccr.gov, to be eligible for award. All responsible small business sources may submit an offer, which shall be considered by the agency. Quotes are due no later than 4:00 PM MST, 24 Sep 08. Quotes may be mailed to: 460 CONS/LGCB, Attn: Thomas Manning, 510 S. Aspen St. MS92, Buckley AFB, CO 80011-9551. Quotes may also be submitted via email to the following email addresses: thomas.manning@buckley.af.mil and thomas.elliott@buckley.af.mil or faxed to (720) 847-6443, Attn: Thomas Manning. Inquiries shall be submitted via email to the above email addresses, or call Thomas Manning at (720)-847-9953 or Thomas Elliott at (720) 847-9952. Below are the salient characteristics of the required cabinets: Each of the 3 required cabinets shall be approx 74" tall, 30" deep, and 26"wide in size, fabricated from CRS steel. All seams shall receive RF welds. The cabinets shall utilize standard RF shielding materials, design, and practices, with a Guaranteed RF shielding effectiveness performance of a minimum 100 dB up to a frequency of 1 GHz. Each container shall contain three removable, adjustable shelves and an internal structural framework for bracing. Each cabinet shall allow access to interior via hinged steel swinging door with RF gasketing and fasteners around perimeter, nominal 4" on center. Additionally, a Tool shall be provided for each cabinet to assist in the removal of fasteners RF testing shall be performed per MIL-STD-188-125, and show that each cabinet meets the above mentioned 100dB of attenuation up to 100GHz. Test Plan and Test Report shall be provided for each cabinet; per modified MIL-STD-188-125, documenting the cabinets RF attenuation performance. Each cabinet shall be individually crated and shipped to Boulder, Colorado Wide Area Work Flow (WAWF) Vendor Instructions Installation and Registration Checklist Completion of all instructions contained in this checklist must be accomplished prior to activation of the firm and user accounts. 1. Using the WAWF System • Please access http://www.wawftraining.com for a detailed, "WAWF Vendor Getting Started Guide." This publication provides in-depth instructions for utilizing the WAWF system to submit electronic payments. 2. Follow-up (if necessary). • If your (GAM or user) account hasn't been activated within 2 business days of self-registering contact the WAWF-RA Customer Service Center: CONUS ONLY 1-866-618-5988 COMMERCIAL 801-605-7095 DSN 388-7095 FAX Commercial: 801-605-7453 DSN 388-7453 Email: CSCASSIG@CSD.DISA.MIL Note: Reference "WAWF" in email Subject line. The following codes will be required to route your invoices through WAWF. CONTRACT NUMBER: FA2543-08-***** TYPE OF DOCUMENT: 2-in-1 Invoice CAGE CODE: ***** ADMIN DODAAC: FA2543 PAY OFFICE DODAAC: F03000 SHIP TO DODAAC: F1K1AA E-Mail Notifications Contract Administrator: thomas.manning@buckley.af.mil Customer: thomas.jefferson@buckley.af.mil or jessica.diem@buckley.af.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e509880bb6b0c6904f344f452f8853e7&tab=core&_cview=1)
 
Place of Performance
Address: Boulder, Colorado, 80301, United States
Zip Code: 80301
 
Record
SN01678829-W 20080925/080923220036-e509880bb6b0c6904f344f452f8853e7 (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.