Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2010 FBO #3207
SOLICITATION NOTICE

38 -- Retroreflectometer

Notice Date
9/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339950 — Sign Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 22 CONS, 53147 Kansas St, Suite 102, McConnell AFB, Kansas, 67221-3606
 
ZIP Code
67221-3606
 
Solicitation Number
FA4621-10-T-0040
 
Archive Date
9/25/2010
 
Point of Contact
Quarteeya Garner, Phone: 316-759-4533
 
E-Mail Address
quarteeya.garner@mcconnell.af.mil
(quarteeya.garner@mcconnell.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Number: FA4621-10-T-0040 Notice Type: Combined Synopsis/Solicitation Synopsis: This is a 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; proposals are being requested and a written solicitation will not be issued. FA4621-10-T-0040 is being issued as a Request for Quotation, which incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-43. This requirement will be set aside for 100% small business. The associated NAICS code for this acquisition is 339950 with a size standard of 500 employees. McConnell AFB, KS plans to acquire the following items: Line Item Description (Brand Name or Equal) Qty Unit 0001 Delta LTL-X Retroreflectometer (530191): 1 EA Requirements: - (+/-) 15 Lbs and have option to be mobile for ease of large areas - Ability to take reflective reading profiles on paint up to 14mm thick - Testing/readability performance that is with +/- 2% in repeated reading on the same area - Measure reflectivity of different color markings without requiring recalibration Between readings on varying colors of paint - Error warning capability to give a warning of potential faulty readings due to such things as low battery, insufficient memory, or internal measurement error - Ability to test the marking reflectivity when paint is wet - Ability to average a preset number of measurements (2 to 25 readings) The item must be delivered FOB destination within 30 days of receiving the order to the 22d Civil Engineering Squadron (22 CES/CEO) 53000 Hutchinson Street, Bldg 697, McConnell AFB, KS 67221 Award will be made to the Offeror who's proposal is determined to be the lowest price technically acceptable and/or considered most advantageous to the government. The following provisions in their latest editions apply to this solicitation: FAR 52.203-3 - Gratuities. 52.203-6 -- Restrictions on Subcontractor Sales to the Government. FAR 52.212-1, Instructions to Offerors, Commercial. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer is the best value for the Government and conforming to the solicitation. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3, Offerors Representations and Certifications, Commercial Items (offeror shall complete these on-line at www.bpn.gov/orca), FAR 52.212-4, Contract Terms and Conditions, Commercial Items. FAR 211-6, Brand Name or Equal; FAR 52.219-6 -- Notice of Total Small Business Set-Aside; FAR 52.222-19 -- Child Labor-Cooperation with Authorities and Remedies ; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation), applies to this acquisition. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.222-3; Convict Labor; FAR 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 Works with Disabilities, FAR 52.225-1, Buy American Act Supplies; 52.225-13 -- Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration FAR 52.233-3--Protest After Award; 52.233-4 -- Applicable Law for Breach of Contract Claim. The clause at DFARS 252.204-7004 Alternate A, Central Contractor Registration; DFAR 252.225-7002 Qualifying Country Sources as Subcontractors; DFAR 252.204-7003 Control of Government Personnel Work Product; DFAR 252.247-7023 Transportation of Supplies by Sea; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders; DFARS 252.225- 7001, Buy American Act and Balance of Payment Program; DFARS 252.232-7003, Electronic Submission of Payment Requests. All clauses and provisions may be accessed electronically at http://farsite.hill.af.mil. All firms must be registered in the Central Contractor Registration database @ www.ccr.gov and On-line Registration and Certifications Application at https://orca.bpn.gov/ to be considered for award. Include expected delivery date, DUNS number and TIN. AFFARS 5352.201-9101, Ombudsman (10 Aug 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0267, fax (618) 256-6668, email: Michael.jackson@scott.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. Award will be made to the most responsive offeror proposing the items determined to be the most advantageous to the government. FOB shall be Destination. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). Offerors shall respond to this solicitation by 12:00 pm, Central Standard Time 10 September 2010. Offers can be faxed to 316-759-1411 or e-mailed to Quarteeya.Garner@mcconnell.af.mil. For questions, please call 316-759-4533.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/22CONS/FA4621-10-T-0040/listing.html)
 
Place of Performance
Address: McConnell AFB, Kansas, 67221, United States
Zip Code: 67221
 
Record
SN02268164-W 20100905/100903235618-9b234470b8338d32443b45029daa9086 (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.