Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 15, 2009 FBO #2666
SOLICITATION NOTICE

99 -- RSTA RECCE KITS AND SENSOR KITS - Bill of Material

Notice Date
3/13/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333315 — Photographic and Photocopying Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323
 
ZIP Code
33621-5323
 
Solicitation Number
H92222-09-C-RSTA
 
Archive Date
4/4/2009
 
Point of Contact
Candida Keller, Phone: 813-281-0560 x299, Dixie Bankston ,, Phone: 813-281-0560 x299
 
E-Mail Address
candida.keller@socom.mil, dixie.bankston@socom.mil
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
P3 Mobile Tactical Video System III EX/ER by Millennium Sensor, LLC RSTA RECCE Kit This combined synopsis/solicitation was prepared IAW FAR Subpart 12.6 as supplemented. The announcement constitutes the only solicitation; proposals are being requested and A WRITTEN SOLICIATION WILL NOT BE ISSUED. The solicitation number is H92222-09-C-RSTA and is issued as a RFP. This solicitation is 100% service disabled veteran owned small business set-aside. The North American Industry Classification System is 333315. The small business size is 500 employees. The Government intends to award one contract as follows: CLIN 0001 RSTA RECCE KITS QUANTITY 31 EACH (The Bill of Material for the KIT is attached) CLIN 0002 SENSOR KITS QUANTITY 11 EACH (The Bill of Material for the KIT is attached) Please provide unit price and total price to include shipping for each CLIN. DESIRED DELIVERY DATE is 60 DAYS AFTER RECEIPT OF ORDER FOB: DESTINATION. Inspection and Acceptance: DESTINATION. All goods will be shipped to 5749 Briar Hill Rd. Lexington, KY 40516. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition: Solicitation Provision 52.212-1, Instructions to Offerors-Commercial Items (Nov 2007) is incorporated by reference, Solicitation Provision 52.212-2 Evaluations-Commercial Items (Jan 1999) is incorporated; the evaluations factors are Price. A completed copy of Solicitation Provision 52.212-3 Offeror Representations and Certifications-Commercial Items must be returned with the quote. 52.212-4 Contract Terms and Conditions-Commercial Items is hereby incorporated by reference. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items(Deviation) is hereby incorporated by reference. Additionally, the following clauses are applicable to this solicitation, 52.203-3 Gratuities, 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.211-15, Defense Priority and Allocations Requirements,52.216-4 Economic Price Adjustment-Labor and Material, 52.219-7 Notice of Partial Small Business Set Aside, 52.219-8 Utilization of Small Business Concerns, 52.219-28 Post Award Small Business Program Representative, 52.222-3 Convict Labor, 52.222-21 Prohibition of Segregated Facilities,52.222-26 Equal Opportunity,52.222-35 Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action For Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, 52.222-41 Service Contract Act of 1965, 52.222-42, Statement of Equivalent Rates for Federal Hires, 52.222-43, 52.223-6, Drug Free Workplace, 52.232-17 Interest, 52.233-3 Protest After Award, 52.246-25 Limitation of Liability-Services, 252.204-7004 Alt A Central Contractor,Alternate A, 252.212-7001 (Dev), Contract Terms and conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 52.204-7, Central Contractor Registration, 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration, 52.233-2 Service of Protest, 52.252-6 Authorized Deviations In Clauses, 252.232-7003 Electronic Submission of Payment Requests, 252.243-7002 Request for Equitable Adjustments, 5652.204-9002 Instructions for use of Electronic Contracts, 252.243-7001 Pricing of Contract Modifications, with the following site added htttp:// www.farsite.hill.af.mil.. 5652.201-9002 Authorized Changes Only by Contracting Officer, 5652.204-9003 Disclosure of Unclassified Information(2007) Section H. The following provisions and clauses apply to this procurement: FAR 52.212-1, Instructions to Offerors -Commercial Items; FAR 52.212-3 Offeror Representations and Certifications. This combined synopsis/solicitation was prepared IAW FAR Subpart 12.6 as suplemented. The announcement constitiutes the only solicitation; proposals are being requested and A WRITTEN SOLICIATION WILL NOT BE ISSUED. The solicitation number is H92222-09-C-RSTA and is issued as a RFQ. This solicitation is 100% service disabled veteran owned small business setaside. The North Aerican Industry Classification System is 333315. The small business size is 500 employees. The Government intends to award one contract as follows: DESIRED DELIVERY DATE S 60 DAYS AFTER RECEIPT OF ORDER FOB: DESTINATION. Inspection and Acceptance: DESTINATION. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition: Solicitation Provision 52.212-1, Instructions to Offerors-Commercial Items (Nov 2007) is incorporated by reference, Solicitation Provision 52.212-2 Evaluations-Commercial Items (Jan 1999) is incorporated; the evaluations factors are Price. The Government intends to award a contract to the responsible offeror (s) who offers the lowest reasonable price that is technically acceptable. A completed copy of Solicitation Provision 52.212-3 Offeror Representations and Certifications-Commercial Items must be returned with the quote. 52.212-4 Contract Terms and Conditions-Commercial Items is hereby incorporated by reference. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items(Deviation) is hereby incorporated by reference. Additionally, the following clauses are applicable to this solicitation, 52.203-3 Gratuities, 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.211-15, Defense Priority and Allocations Requirements,52.216-4 Economic Price Adjustment-Labor and Material, 52.219-8 Utilization of Small Business Concerns, 52.222-3 Convict Labor, 52.222-21 Prohibition of Segregated Facilities,52.222-26 Equal Opportunity,52.222-35 Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action For Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, 52.222-41 Service Contract Act of 1965, 52.222-42, Statement of Equivalent Rates for Federal Hires, 52.222-43, 52.223-6, Drug Free Workplace, 52.232-17 Interest, 52.233-3 Protest After Award, 52.246-25 Limitation of Liability-Services, 252.204-7004 Alt A Central Contractor,Alternate A, 252.212-7001 (Dev), Contract Terms and conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 52.204-7, Central Contractor Registration, 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration, 52.233-2 Service of Protest, 52.252-6 Authorized Deviations In Clauses, 252.232-7003 Electronic Submission of Payment Requests, 252.243-7002 Request for Equitable Adjustments, 5652.204-9002 Instructions for use of Electronic Contracts, 252.243-7001 Pricing of Contract Modifications, with the following site added htttp:// www.farsite.hill.af.mil.. 5652.201-9002 Authorized Changes Only by Contracting Officer, 5652.204-9003 Disclosure of Unclassified Information(2007) Section H. The following provsions and clauses apply to this procurement: FAR 52.212-1, Instructions to Offerors -Commercial Items; FAR 52.212-3 Offeror Representations and Cer
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4bda27efa7433d8e19f5d1b71d29511d&tab=core&_cview=1)
 
Place of Performance
Address: 7701 TAMPA POINT BLVD, MACDILL AFB, Florida, 33621, United States
Zip Code: 33621
 
Record
SN01769339-W 20090315/090313220728-4bda27efa7433d8e19f5d1b71d29511d (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.