SOLICITATION NOTICE
59 -- Rockwell Collins AN/ARC-210 Talon Airborne Radio Mounts - J&A
- Notice Date
- 7/29/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Combat Command, 633 CONS, 74 Nealy Avenue, Suite 100, Langley AFB, Virginia, 23665, United States
- ZIP Code
- 23665
- Solicitation Number
- FA4800-10-SMD-0003
- Archive Date
- 8/18/2010
- Point of Contact
- Shea Michael Degruy, Phone: 7577642926, Cynthia Lewandowski, Phone: 757-764-2862
- E-Mail Address
-
shea.degruy@langley.af.mil, Cynthia.Lewandowski@Langley.af.mil
(shea.degruy@langley.af.mil, Cynthia.Lewandowski@Langley.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Justification and Approval 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. This solicitation is being issued as a Request for Quotation (RFQ). Submit only written quotations for RFQ FA4800-10-SMD-0003. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16. This acquisition is set-aside for small businesses. The associated NAICS code is 334220 with a 750 emplyees size standard. This RFQ contains 2 lines item. The line item description is as follows: CLIN 0001: 994R-2, Mount Base, 19' Panel for RT 1851 type RT for AN/ARC-210 Talon Airborne Radios, Part Number : 822-1453-001 (Includes DC power supply and all cabling between components) CLIN 0002: Side Mounting Kit for AN/ARC-210 Radio mounting kit, Part Number:n988-4807-001 End Item Description. This requirement is a BRAND NAME requirement for Rockwell Collins equipment ONLY. Vendors may only bid for Rockwell Collins equipment. The attached Justification and Approval has been approved for this requirement. FOB point is Destination. The required delivery date is 30 days after recipte of award. PROVISIONS/CLAUSES. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Item, applies to this acquisition. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this solicitation and the offeror must include a completed copy of this provision with their proposal. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation, FAR 52.219-6, Notice of Total Small Business Aside, FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, FAR 52.225-13, Restriction on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. Specifically, the following DFARS clauses cited are applicable to this solicitation: 252.204-7004, Alternate A. 252.225-1 Buy American Act - Supplies. Addenda to FAR 52.212-5: The following additional clauses apply to this solicitation: The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil. All proposals must be faxed or emailed to POC Shea DeGruy. at 633D CONS/LGCA, 74 Nealy Avenue, Langley AFB, VA 23665-2088. EVALUATION OF QUOTATIONS/OFFERS: Quotes/offers will be evaluated IAW 13.106-2. Award will be made to the responsible offeror who's quote/offer is the lowest price. Quotes must be signed, dated and submitted by August 3 2010, 4:00 pm, Eastern Standard Time (EST) to the 633D Contracting Squadron/LGCA, Attn:Shea DeGruy, Contract Administrator, Commercial Phone 757-764-2926, Fax 757-225-7447, E-mail shea.degruy@langley.af.mil, All contractors must be registered in the Central Contractor Registration http://www.ccr.gov database prior to any contract award. Please submit the following information with each quote: Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract No. (if applicable), Date offer expires, warranty, Line item unit price, and Total cost. POINT OF CONTACT Shea DeGruy Contract Administrator, Phone 757-764-2926, Fax 757-225-7447, shea.degruy@langley.af.mil Email your questions to Brian M Chin at shea.degruy@langley.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/1CONS/FA4800-10-SMD-0003/listing.html)
- Place of Performance
- Address: Langley AFB, Virginia, 23665, United States
- Zip Code: 23665
- Zip Code: 23665
- Record
- SN02222735-W 20100731/100729235943-339e3c64ae71ea15e88f3a0b7198330e (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 |