SOLICITATION NOTICE
70 -- Upgrade STS-350 Surveillance Radar
- Notice Date
- 5/4/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Randolph AFB - 902 Contracting Office, 395 B Street West Suite 2, Randolph AFB, Texas, 78150-4525, United States
- ZIP Code
- 78150-4525
- Solicitation Number
- F3P3AW0104A001
- Point of Contact
- Michael S. Smith, Phone: 210-652-8874, Vivian Fisher, Phone: 210 652-5171
- E-Mail Address
-
michael.smith@randolph.af.mil, vivian.fisher@randolph.af.mil
(michael.smith@randolph.af.mil, vivian.fisher@randolph.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The 902D Contracting Squadron at Randolph AFB intends to award a contract on a Sole-Source basis for the purchase of items listed in the Description of Supplies. The proposed contract action is that the Government intends to solicit and negotiate with only one source. Interested persons may identify their interest and capability to respond to the requirement or submit quotes. This notice of intent is not a request for competitive quotes. However, all quotes received by the closing date of this notice will be considered by the Government. A determination by the Government not to compete this requirement based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. This is a streamlined combined synopsis/solicitation for commercial items 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; a written solicitation will not be issued. This requirement is issued as a request for quotation PR F3P3AW0104A001. The clauses and incorporated provisions of this solicitation document are those in effect through Federal Acquisition Circular 2005-41. The NAICS Code is 334511; size standard is 750 employees. A Firm Fixed Priced award will be in accordance with the following: DESCRIPTION OF SUPPLIES/SERVICES CLIN: 0001 Description: Radars: Control station software upgrade. Required for operating the STS-350 in extended, 700 meter range. PN: PS-201 Quantity: Two (2) each Note: Only item CLIN 0001 is known to be Sole Source however the Government intends to award only one contract therefore quotes must be all or none. CLIN: 0002 Description: STS-350 Extended Range intruder detection sensor. PN: PS-01-000-ASSY-700 Quantity: Two (2) each Note: Discounted price for trade-in of STS-350, SN 195, and SN 238 will be accepted. SOLE SOURCE JUSTIFICATION: Radars: Control station software upgrade for the STS-350, PN: PS-201, is manufactured by ICx Technologies Inc. All hardware and software associated with these units are proprietary to ICx. ICx Technologies is the only authorized vendor allowed to repair or upgrade the STS-350. 902 SFS will continue to look at new technologies as they become available but cannot purchase them unless they are approved by HQ AETC A7S or higher for use. DELIVERY DATE Government desired delivery date is 15 Jun 2010. Provide proposed delivery date with quote. CONTRACT TERMS AND CONDITIONS Award will be made using Simplified Acquisition Procedures with evaluation procedures in accordance with FAR Part 13. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Conformance to the Description of Supplies. The items requested must be compatible with existing equipment, thus no substitutions are authorized. 2. Price. Offerors shall propose on all items. Only firm fixed price offers will be evaluated. Any offer using a sliding price scale or subject to escalation based on any contingency will NOT be accepted. Quotes determined unreasonable or incompatible with the scope of effort or either excessive or insufficient for the effort to be accomplished will NOT be considered. 3. The following clauses and provisions are applicable to this solicitation and can be viewed through Internet access at the FAR site, http://farsite.hill.af.mil: 52.212-1 Instructions to Offerors -- Commercial Items; 52.212-3 Offeror Representations and Certifications -- Commercial Items; 52.252-1 Solicitation Provisions Incorporated by Reference with fill-in text http://farsite.hill.af.mil; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; and 5352.201-9101 Ombudsman. The following clauses and provisions are applicable to the resulting contract: 52.204-7 Central Contractor Registration; 52.212-4 Contract Terms and Conditions -- Commercial Items and 52.212-4 Addendum; 52.212-5 Deviation: Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items; 52.219-28 Post-Award Small Business Program Rerepresentation; 52.222-3 Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; 52.233-4 Applicable Law for Breach of Contract Claim; 52.252-2 Clauses Incorporated by Reference with fill-in text http://farsite.hill.af.mil; 252.204-7004 Alternate A, Central Contractor Registration; 252.212-7001 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.227-7015 Technical Data--Commercial Items; 252.227-7037 Validation of Restrictive Markings on Technical Date; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 5352.201-9101 Ombudsman; WAWF Invoicing information; and any local clauses/statements as necessary. 4. As the award will be made using (SAP), the evaluation procedures at FAR 13.106-2 will be used. Provision FAR 52.212-2, Evaluation -- Commercial Items, is also applicable to this acquisition. The specific evaluation factors for this provision are lowest price technically acceptable. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. 5. The Government reserves the right to award to other than the lowest price quote/offeror if the lowest price quote/offeror is determined to be technically unacceptable. The Government also intends to award a contract without discussions with respective offerors. Since award will be based on initial responses, offerors are encouraged to submit their most advantageous pricing in their initial response. The Government, however, reserves the right to conduct discussions if deemed in its best interest. The resultant single award shall be placed with the offeror that represents the best value to the Government. A firm-fixed price award will be made to the responsible offeror submitting the quote that provides the best value to the Government. Interested parties capable of providing the requirement MUST submit a written quote to include their tax identification number (TIN), CAGE code, DUNS, firm evidence of their ability to perform, and any discount terms. Oral quotes will not be accepted. All responses that meet the criteria contained within will be considered. To be eligible to receive an award resulting from this RFQ/solicitation, as prescribed in DFARS 252.204-7004 Alternate A, the contractor must be registered in the DoD Central Contractor Registration (CCR) database; NO EXCEPTIONS. To register, you may call 1-888-227-2423 or apply via the Internet at http://www.bpn.gov. The CCR registration must be completed before award can be made. Contractor must also complete the Representations and Certifications in the ORCA database at http://www.bpn.gov/orca; NO EXCEPTIONS. All responsible sources may submit a written quote to Mrs. Vivian Fisher: Phone 210-652-5171, Fax 210-652-5135, Email: vivian.fisher@randolph.af.mil. Quotes must be received no later than 10 May 2010, 2:00 p.m. Central Standard Time and reference the solicitation number listed above. Late quotes/offerors will not be considered. 6. Points of Contact: TSgt Michael S. Smith, Contracting Specialist, Phone 210-652-8874, Fax 210-652-5135, Email: michael.smith@randolph.af.mil. Mrs. Vivian Fisher, Contracting Officer, Phone 210-652-5171, Fax 210-652-5135, Email: vivian.fisher@randolph.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/RandAFBCO/F3P3AW0104A001/listing.html)
- Place of Performance
- Address: Randolph AFB, TX 78150., Randolph AFB, Texas, 78150, United States
- Zip Code: 78150
- Zip Code: 78150
- Record
- SN02139465-W 20100506/100504234921-46c7a32b559f38a0006b8c072e1ff030 (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 |