Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2010 FBO #3163
SOLICITATION NOTICE

36 -- Patrol Vehicle Light Bar - Request for Quote

Notice Date
7/21/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Lackland AFB - 802th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, Texas, 78236-5253, United States
 
ZIP Code
78236-5253
 
Solicitation Number
10TC738
 
Archive Date
8/12/2010
 
Point of Contact
Chad J. Stemick, Phone: 2106711754, Christopher P. Trevino, Phone: 2106711758
 
E-Mail Address
chad.stemick@us.af.mil, christopher.trevino@us.af.mil
(chad.stemick@us.af.mil, christopher.trevino@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Request for Quote This is a combined synopsis and 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; quotes are being requested and a written solicitation will not be issued. This procurement is being issued as 100% Small business set-aside. This combined synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-42 Released 20100716 and DFARS Change Notice 20100713. The North American Industry Classification System (NAICS) code is 334290 and the size standard is 750 employees. The attached is issued as a request for quotation (RFQ). FAR Clause 52.214-21, "Descriptive Literature" is applicable to this solicitation. REQUIREMENTS: This is a Brand Name or equal requirement for military working dog gear (this is not a sole source requirement). Justification: The Air Force needs durable, quality canine equipment to support the training program. Brand name or a brand offering an equivalent product will be considered. QUOTE REQUIREMENTS: Quotes should include delivery date, discount terms, DUNS, tax identification number, and Cage code. Quotes must also be submitted on an all or none basis and contain product specifications addressing characteristics such as quality/durability, materials each item is made of, size, etc. Specifications shall meet all criteria listed in the attached item description document. FOB: For delivery to 187 Eagle Drive Medina Annex, Lackland AFB, TX 78236-5253. The government will award a contract resulting from this solicitation to the lowest priced, responsible offeror. To be eligible to receive an award resulting from this solicitation, 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.ccr.gov. The following clauses and provisions apply to this solicitation. They can be found at http://farsite.hill.af.mil. Contract Line Item Numbers (CLINs) for this solicitation are as follows: CLIN 0001: WHELAN FREEDOM LIGHTBAR SAPD P/N: FC8SAPD Qty: 5 Unit: EA Unit Price _________ Total: __________ CLIN 0002: SINGLE UNIT SIREN W/9 SWITCH LIGHT CONTROL, P/N: 295SLSA6 Qty: 5 Unit:EA Unit Price _________ Total: __________ CLIN 0003: WHELAN SA315P SPEAKER, BLACK COMPOSITE P/N: SP315P Qty: 5 Unit: EA Unit Price _________ Total: __________ CLIN 0004: SA315P SPEAKER BRACKET FOR 06-09 IMPALA P/N: SAK34 Qty: 5 Unit: EA Unit Price _________ Total: __________ CLIN 0005: PROGARD CENTER SLIDER W/EXPANDED METAL 06t Qty: 3 Unit: EA Unit Price _________ Total: __________ CLIN 0006: PROGARD CENTER SLIDER W/EXPANDED METAL 02 Qty: 2 Unit: EA Unit Price _________ Total: __________ CLIN 0007: HAVIS 14" CONSOLE W/MOUNTING BRACKETS IMPALA P/N: C-1400-IMP Qty: 5 Unit: EA Unit Price _________ Total: __________ CLIN 0008: 4" PLATE W/TWO CUP HOLDER P/N: C-CUP2-1 Qty: 5 Unit: EA Unit Price _________ Total: __________ CLIN 0009: CONSOLE MIC CLIP P/N: C-MC Qty: 10 Unit: EA Unit Price _________ Total: __________ CLIN 0010: CONSOLE MIC CLIP BRACKET P/N: MCB Qty: 10 Unit: EA Unit Price _________ Total: __________ CLIN 0011: PROGARD RECESSED PANEL FOR IMPALA PARTITION P/N: RP52106 Qty: 3 Unit: EA Unit Price _________ Total: __________ CLIN 0012: 06 PLUS IMPALA HEADLIGHT FLASHER P/N: SSFPOS16 Qty: 3 Unit: EA Unit Price _________ Total: __________ CLIN 0013: OLDER IMPALA HEADLIGHT FLASHER P/N: UHF2150B Qty: 2 Unit: EA Unit Price _________ Total: __________ CLIN 0014: ABLE2 HIDE-A-FLASHE LED KIT R/B P/N: 12.4502RB Qty: 5 Unit: EA Unit Price _________ Total: __________ CLIN 0015: ABLE2 HIDE-A-FLASHE LED KIT R/R P/N: 12.4502RR Qty: 5 Unit: EA Unit Price _________ Total: __________ CLIN 0016: Install Kit Model # INK Qty: 5 Unit: EA Unit Price _________ Total: __________ CLIN 0017: Installation/Labor for 5 Vehicles Qty: 5 Unit: EA Unit Price _________ Total: __________ NOTE: Failure to provide descriptive literature (FAR 52.214-21) shall be cause for rejection of the offer. FOB: __________________ for delivery to 187 Eagle Drive Medina Training Annex, Attn: MEMO, 2200 Bergquist Dr., Suite 1, Lackland AFB, TX 78236. The following clauses and provisions apply to this solicitation: FAR 52.211-6 -- Brand Name or Equal FAR 52.212-1 - Instructions to Offerors - Commercial Items. Addendum: The following paragraph is tailored as follows: Para (c), Period for Acceptance of Quotes. The offeror agrees to hold the prices in its offer firm for 60 calendar days for the date specified for receipt of offers. Interested parties may submit a written offer in accordance with FAR 52.212-1. Offers submitted orally will not be accepted. Your offer must include discount terms, delivery date, tax identification number, cage code, and DUNS number. To be eligible to receive an award resulting from this RFQ, offerors must be registered in the DoD Central Contractor Registration (CCR) database, no exceptions. To register, please apply via the Internet at http://www.ccr.gov or by calling 1-888-227-2423. Offerors must complete the Representations and Certifications in the ORCA database at http://www.bpn.gov/. FAR 52.212-2 - Evaluation - Commercial Items. (Jan 1999) The following factors shall be used to evaluate offers: (1) Conformance to the description of supplies; and (2) Price. Only firm-fixed price offers will be evaluated. The Government will award a firm-fixed price contract resulting from this solicitation to the lowest priced, responsible offeror submitting the offer that provides the best value to the Government. Since award will be based on initial responses, offerors are highly encouraged to quote your most advantageous pricing in your initial response. All responses that meet the criteria contained within will be considered. Award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106-2. FAR 52.212-3 - Offeror Representations and Certifications--Commercial Items FAR 52.212-4 - Contract Terms and Conditions--Commercial Items; Addendum: para (c) Changes is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. FAR 52.212-5 (Deviation) - Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items FAR 52.214-21 - Descriptive Literature FAR 52.219-1 - Alt 1, Small Business Program Representations FAR 52.219-6 - Notice of Small Business Set-Aside FAR 52.219-28 - Post Award Small Business Program Rerepresentation FAR 52.222-3 - Convict Labor FAR 52.222-50 - Combating Trafficking in Persons FAR 52.232-33 - Payment by Electronic Funds Transfer--Central Contractor Registration FAR 52.233-3 - Protest After Award FAR 52.252-2 - Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. FAR 52.252-6 - Authorized Deviations in Clauses, fill in: Defense Federal Acquisition Regulations Supplement (48 CFR Chapter 2) DFARS 252.204-7003 - Control of Government Work Product, DFARS 252.204-7004 Alternate A, Central Contractor Registration DFARS 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7001- BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (JUN 2005) DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports AFFARS 5352.242-9000 - Contractor Access to Air Force Installations. Written offers are due no later than 28 July 2010, 12:00 p.m. Central Standard Time (CST). Offers must be mailed to POC: SSgt Chad Stemick at 210-671-1754 802d CONS/LGCB, 1655 Selfridge Avenue, Lackland AFB TX 78236-5253, faxed to (210) 671-1199, or emailed to chad.stemick@us.af.mil. Please be advised that the Government will treat proposals received after the deadline as late in accordance with FAR 52.212-1(f).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/10TC738/listing.html)
 
Place of Performance
Address: Lackland AFB, Tx, San Antonio, Texas, 78236, United States
Zip Code: 78236
 
Record
SN02212716-W 20100723/100721235024-30332e091ceb148bf61b74bf04082d74 (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.