Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 05, 2009 FBO #2628
SOLICITATION NOTICE

36 -- Military Skills Engagement Trainer

Notice Date
2/3/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, Florida, 33621-5000, United States
 
ZIP Code
33621-5000
 
Solicitation Number
F2VWCG8317A001
 
Archive Date
2/26/2009
 
Point of Contact
Joyce K. Wright,, Phone: 813-828-4730, Joyce K. Wright,, Phone: 813-828-4730
 
E-Mail Address
joyce.wright@us.af.mil, joyce.wright@us.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial supply and/or service prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will NOT be issued. This is a Request For Quote (RFQ) and the solicitation number is F2VWCG8317A001. This acquisition is 100% set aside for small businesses. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following: DESCRIPTION OF REQUIREMENT: Military Skills Engagement Trainer (MSET) VBS II Classroom Trainer (CT). Training equipment and software for virtual military weapon training. System will provide a realistic combat live fire training, within a classroom configuration to include the following: CLIN 0001 (1 Each) MSET VBS2 Classroom Trainer CLIN 0002 (1 Each) Upgrade Ultra Camera to LS Raptor Camera CLIN 0003 (4 Each) M4 Recoil training weapon black flattop 4 rail w/3 mags CLIN 0004 (2 Each) M4 Inert non-recoil training weapon - LS Cobalt CLIN 0005 (4 Each) CO2 (Case 500ea) CLIN 0006 (1 Each) Running Man Software CLIN 0007 (1 Day) Site system set-up and training; one day CLIN 0008 (1 Day) Travel Per Diem CLIN 0009 (1 Year) Extended System Enhancement Warranty CLIN 0010 (1 Year) Extended Recoil Weapon Enhancement Warranty The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30 effective 15 January 2009, DFAR DCN 20090115, and AFFAR AFAC 2008-1217. FedBizOps Numbered Notes per FAR Part 5.207-13(e) apply: 1, 12, and 13. The North American Industry Classification System code (NAICS) is 334310, Audio and Video Equipment Manufacturing. The Standard Industrial Classification (SIC) is 3651, Projection Television Manufacturing. A firm fixed price contract will be awarded. All interested parties must bid on all items. BASIS FOR AWARD: Award will be made to the lowest price offeror that is determined to be technically acceptable. This is a Brand Name or Equal requirement. Any Or Equal proposal received will be sent to the technical advisor for compatibility or functionality. Award will be made to the quotation which offers the best value to the government. Multiple awards may be accomplished if any items are determined to be unbalanced. The Government also reserves the right to make no award at all. DELIVERY ADDRESS: Equipment is procured on behalf of Special Operations Command Central (SOCCENT), 4701 Southshore Dr, Bldg 1148, MacDill AFB, FL 33621. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, Central Contractor Registration; FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions; FAR 52.225-13, Restrictions on Certain Foreigh Purchases; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.219-28, Post-Award Small Business Program Representative; FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252.204-7003, Control of government personnel work product; DFARS 252-204-7004 Alt A, Required Central Contractor Registration (52.204-7) Alternate A, DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of contract modifications. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.247-7023, Alt III, Notification of transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full text: AFFARS 5352.201-9101, Ombudsman: (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication or protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsman Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 62225-5022, (618) 229-0267, fax (618) 256-668, email: Michael.Jackson@scott.af.mil. Concerns, issues, disagreement, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/ACQ, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause). Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. DEADLINE: Offers are due on Wednesday, 11 February 2009, by 10:00 a.m. EST. Submit offers or any questions to the attention of Joyce Wright, 6CONS/LGCB, via fax 813-828-5111, or preferably by email to joyce.wright@macdill.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ca60a7b9cf2b713c6d1e6311849c159b&tab=core&_cview=1)
 
Place of Performance
Address: 4701 Southshore Dr., Bldg 1148, MacDill AFB, Florida, 33621, United States
Zip Code: 33621
 
Record
SN01742973-W 20090205/090203215451-ca60a7b9cf2b713c6d1e6311849c159b (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.