Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 22, 2009 FBO #2614
SOLICITATION NOTICE

16 -- LED INDICATOR LIGHTS AND SWITCHES

Notice Date
1/20/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335931 — Current-Carrying Wiring Device Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Technical Applications Contracting Office (TAKO), ATTN: AMSAM-TASO-K, Lee Boulevard, Building 401, Fort Eustis, Virginia, 23604-5577
 
ZIP Code
23604-5577
 
Solicitation Number
AV9FM00500FM00
 
Archive Date
2/7/2009
 
Point of Contact
Stanford Williams,, Phone: 757-878-3299 ext 349, Terri L. Tew,, Phone: 757-878-5223 X246
 
E-Mail Address
stanford.williams@us.army.mil, terri.tew@us.army.mil
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items reference number AV9FM00500FM00 issued on 20 January 2009 prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and an additional written solicitation will not be issued. This synopsis/solicitation is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures under the test program for certain commercial items found at FAR Part 13.5. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-30 and Defense Federal Acquisition Regulation Supplement, Defense Change Notice (DCN) 20090115. The NAICS code is 335931 and the small business size standard is 51-100 Employees and $10-$17 million. The U. S. Special Operations Command intends to contract with Aerospace Optics, Incorporated, 3201 Sandy Lane, Fort Worth, TX 76112-7203, for Fifteen (15) Fuel Level Lights, Part #95-40-47-S6-70540, Twenty (20) T/R XMSN Lights, Part #95-40-47-S6-70539, Ten (10) XMSN Oil Pressure Lights, Part #95-40-47-S6-70531, Ten (10) Engine Out Lights, Part #95-40-47-S6-70530 and Ten (10) Saber Switches, Part #95-40-47-K6-70207 to sustain the MH-6M Helicopters for Special Operations Aircraft (SOA) on a sole source basis under the authority of FAR 6.302-1. Equipment shall be delivered to Lexington, KY. The date requested for delivery is 12 weeks after receipt of the order. FOB point is Origin. Inspection and acceptance shall be at Origin by the Government. The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. Offers shall be evaluated on a technically acceptable, low offer basis. The clause at 52.212-2, Evaluation Commercial Items. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and the offeror must ensure a completed ORCA is available for download. The clause at 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. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.222-26, Equal Opportunity; FAR 52.211-14, Notice of Priority Rating for National Defense Use, FAR 52.211-15, Defense Priority and Allocation Requirements, FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. The clause at FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration. The clause at DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders; DFARS 252.225- 7001, Buy American Act and Balance of Payment Program. All firms must be registered in the Central Contractor Registration database @ www.ccr.gov. The above provisions and clauses can be found at http://farsite.hill.af.mil. The Defense Priorities and Allocation Systems (DPAS) assigned rating for this procurement is DO-A1. The following numbered notes are applicable to this requirement: 8, 12, 13, 22 and 23. This announcement will close and quotes are due by 12:00 PM (EST) 20 January 2009. Signed and dated offers, to include a complete listing of all items, must be submitted to US Special Operations Command, Technology Applications Contracting Office, Attn, Stanford Williams Commercial Phone number (757) 878-3299 Ext. 349, Fax (757) 878-3937, E-mail stanford.williams@us.army.mil. Responsible sources may submit a bid, proposal, or quote which shall be considered. Offers may be submitted via E-mail only.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b6e4c17b8f5094753bef0ce5bdf2d22e&tab=core&_cview=1)
 
Place of Performance
Address: U.S. SPECIAL OPERATIONS COMMAND, LEXINGTON, Kentucky, 40516, United States
Zip Code: 40516
 
Record
SN01735086-W 20090122/090121063459-b6e4c17b8f5094753bef0ce5bdf2d22e (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.