Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 02, 2010 FBO #3081
SOLICITATION NOTICE

J -- REPAIR OF FORWARD LOOKING INFRA RED UNITS

Notice Date
4/30/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
USPFO for California, P.O. Box 8104, San Luis Obispo, CA 93403-8104
 
ZIP Code
93403-8104
 
Solicitation Number
W912LA-10-T-0022
 
Response Due
5/6/2010
 
Archive Date
7/5/2010
 
Point of Contact
Stella Davis, 805-594-6287
 
E-Mail Address
USPFO for California
(stella.davis2@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/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; proposals are being requested and a written solicitation will not be issued. The solicitation W912LA-10-T-0022 is issued as an Intent to Award. The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30, effective 15 January 2009. This procurement is unrestricted. The NAICS code for this acquisition is 334511. The small business size standard for this NAICS code is 750 employees. The California National Guard intends to award a contract to FLIR Systems, Inc., North Billerica, MA for the repair of 3 each Forward Looking Infra Red Units. The contract will be awarded as a Not To Exceed 3 each repairs. Vendors must be approved to make repairs on the equipment listed above. Authority for other than full and open competition is FAR 6.302-1. There is no technical data package for this requirement. The following provisions/clauses are incorporated: 52.252-2; Clauses incorporated by Reference; 52.203-3, Gratuities; 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government;52.204-7, Central Contractor Registration; 52.204-4, Printed or Copied-Double Sided on Recycled Paper; 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications Commercial Items; 52.222-3, Convict Labor; 52.222-19, Child labor-Cooperation with Authorities and Remedies; 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; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.222-50, Combating Trafficking in Persons; 52.222-54, Employment Eligibility Verification; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor registration; 52.233-2, Service of Protest; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; and 52.225-13, Restrictions on Certain Foreign Purchases. The provisions/ clauses at DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items apply to this acquisition and must be fully completed and submitted with offer; 252.212-7001 (Dev), Contract terms and Conditions Required to Implement Statutes to Defense Acquisition of Commercial Items (Deviation) are applicable to this acquisition; 252.225-7000, Buy American ActBalance of Payments program Certificate; and 252.225-7012, Preference for Certain Domestic Commodities. The following clauses are incorporated: 252.203-7002 ALT A, Requirement to Inform Employees of Whistleblower Rights (ALT A); 252.211-7003, Item Identification and Valuation; 252.225-7035, Buy American ActFree Trade AgreementsBalance of Payments Program Certificate; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023 ALT III, Transportation of Supplies by Sea; 52.247-7024, Notification of Transportation of Supplies by Sea and 252.232-7010, Levies on Contract Payments are also applicable to this acquisition. Simplified Acquisition Procedures will be utilized. All vendors MUST have a publicly visible registration in the Central Contractor Registration (CCR). Duns & Bradstreet, CAGE Code & Federal Tax ID numbers MUST be submitted with offer. Interested companies may identify their interest and capability to respond to the requirement in writing no later than 12:00 PM, 6 May 2010 to USPFO for California, Contracting Office, 2303 Napa Ave, San Luis Obispo, CA 93405-7609. Email to stella.davis2@us.army.mil or fax to (805) 594-6348, ATTN: Stella Davis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA04/W912LA-10-T-0022/listing.html)
 
Place of Performance
Address: USPFO for California P.O. Box 8104, San Luis Obispo CA
Zip Code: 93403-8104
 
Record
SN02136938-W 20100502/100430235030-dde26a110c2782acbef20b792adcfad6 (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.