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
MODIFICATION

59 -- Communication Equipment for EOC

Notice Date
9/3/2010
 
Notice Type
Modification/Amendment
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 39th Contracting Sqd - Incirlik, Incirlik AB, Unit 7090 Box 127, Incirlik AB, Turkey, 09824-0280
 
ZIP Code
09824-0280
 
Solicitation Number
FA5685-10-Q-0071
 
Archive Date
9/28/2010
 
Point of Contact
Lucas Skillman, Phone: 903223168075
 
E-Mail Address
lucas.skillman@incirlik.af.mil
(lucas.skillman@incirlik.af.mil)
 
Small Business Set-Aside
N/A
 
Description
(i) 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. (ii) The solicitation number is FA5685-10-Q-0071. The solicitation is issued as a request for quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-44, DFARS Change Notice 20100820, and Air Force Acquisition Circular 2010-0402. (iv) There is no small business set-aside for this acquisition. However, this acquisition is set-aside for Turkish business concerns. Due to established economic agreements between the United States Government and the Government of Turkey, the U.S. Air Force intends to award this solicitation to a business concern within the country of Turkey. The NAICS code assigned to this acquisition is 334210. Note: FY10 funds are not immediately available to fund this requirement, therefore bid acceptance period must be valid through 30 Sep 10. No award will be made under this solicitation until funds are available. (v) There are TWENTY-TWO contract line item numbers (CLINs). Quotations shall provide a per unit price. (vi) CLIN 0001 is for 2 each, Cisco Catalyst 3750/24FS MTRJ Network Switch WS/C3750/24FS/S OR EQUIVALENT CLIN 0002 is for 15 each, Cisco 7961g IP Phone XCP7962G OR EQUIVALENT CLIN 0003 is for 15 each, Laptop Fiber NICs SC AT/2812FX (100FX/SC 34mm Fiber ExpressCard) OR EQUIVALENT CLIN 0004 is for 15 each, Multi mode fiber patch cables 40ft SC to MTRJ suntech 15 meter OR EQUIVALENT CLIN 0005 is for 35 each, Cat5e Patch Cables 40ft suntech 15 meter OR EQUIVALENT CLIN 0006 is for 10 each, Cat5e Patch Cable 5 meter suntech 5 meter OR EQUIVALENT CLIN 0007 is for 2 each, Multi mode Fiber Patch Cable 1 meter LC to MTRJ suntech 1 meter OR EQUIVALENT CLIN 0008 is for 5 each, Roll of Velcro (cable management) 100ft per roll OR EQUIVALENT CLIN 0009 is for 20 each, Yellow Jackets (Cable Savers) OR EQUIVALENT CLIN 0010 is for 2 each, Cisco 1000Base LX/LH GBIC WS G5486 OR EQUIVALENT CLIN 0011 is for 2 each, Cisco GE SFP, LC Connector GLC LH SM OR EQUIVALENT CLIN 0012 is for 2 each, HP printer cartridge (black) C9720A OR EQUIVALENT CLIN 0013 is for 2 each, HP printer cartridge (magenta) C9723A OR EQUIVALENT CLIN 0014 is for 2 each, HP printer cartridge (cyan) C9721A OR EQUIVALENT CLIN 0015 is for 2 each, HP printer cartridge (yellow) C9722A OR EQUIVALENT CLIN 0016 is for 1 each, HP SIPR printer cartridge (Black only) C4124X OR EQUIVALENT CLIN 0017 is for 2 each, Lexmark printer cartridge (black) C780A1KG OR EQUIVALENT CLIN 0018 is for 1 each, Lexmark printer cartridge (magenta) C780A1MG OR EQUIVALENT CLIN 0019 is for 1 each, Lexmark printer cartridge (cyan) C780A1CG OR EQUIVALENT CLIN 0020 is for 1 each, Lexmark printer cartridge (yellow) C780A1YG OR EQUIVALENT CLIN 0021 is for 3 each, ELPLP12 bulb for EPSON LCD Projector EMP-5600 OR EQUIVALENT CLIN 0022 is for 2 each, VT77LP Bulb for NEC Projector VT770 OR EQUIVALENT (vii) Propose on the delivery of all quantities in calendar days to Incirlik Air Base, Adana, Turkey on a FOB Destination basis. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The following addenda are made to this provision. Paragraph (b) Submission of offers is added to read: Quotations shall be in terms of U.S. Dollars. Quotations received in other than U.S. Dollars shall be rejected. Quotations shall also be n the English language. Quotations received in other than English shall be rejected. Paragraph (f) Late submissions, modifications, revisions, and withdrawals of offers is added at (f)(2)(i) to read: (D) or if this solicitation is a request for quotation, it is determined that acceptance of the quotation is in the best interests of the United States. (ix) The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. There are two specific evaluation criteria included in paragraph (a). The first one is (i) technical capability of the item quoted to meet the requirement of that provision. The second and last one is (ii) price. The Lowest Price Technically Acceptable Source Selection Process will be used in this acquisition. (x) The provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, applies to this acquisition. The quotation must include a complete copy of this provision. See http://orca.bpn.gov. The provision at 252.212-7000 Offeror Representations and Certifications--Commercial Items, applies to this acquisition. The certification in paragraph (b) of the provision at 252.212-7000 does not apply to this solicitation. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The following addenda are made to this clause. Paragraph (a) Inspection/Acceptance is added to read: The contractor shall use the Wide Area Work Flow web page at https://wawf.eb.mil/index.html to submit invoices for acceptance. Paragraph (o) Warranty is added to read: The contractor shall provide all standard commercial (including manufacturer) warranties to the United States Government. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause under paragraph (b) are considered checked and applicable to the acquisition: (1), (19), (33), & (38). The clause at 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The FAR clause at paragraph (a) is considered checked and applicable to the acquisition. The following additional DFARS clauses cited in the clause under paragraph (b) are considered checked and applicable to the acquisition: (1), (6), (18), (20), (21)(ii), (22). (xiii) The following five additional contract clauses apply to this acquisition: (1) DFARS 252.225-7041 Correspondence in English. (2) DFARS 252.229-7001 Tax Relief. Paragraph (a) is filled in as follows: "Name of Tax: VAT/KDV, Rate (Percentage): 18%". (3) DFARS 252.233-7001 Choice of Law (Overseas). (4) AFFARS 5352.201-9101 Ombudsman. Paragraph (c) is filled in as follows: Primary: David Jones, HQ USAFE/A7K, Unit 3050 Box 10, APO AE 09094-0110, HQ USAFE/A7K, Flugplatz Ramstein, 66877 Ramstein Germany, E-Mail: david.jones@ramstein.af.mil, Tel: 0049-637-147-2209, Fax: (49)-6731-47-2025. Alternate: Heidi Hoehn, HQ USAFE/A7K, UNIT 3050, Box 10, APO AE 09094-0110, HQ USAFE/A7K, Flugplatz Ramstein, 66877 Ramstein Germany, E-mail: heidi.hoehn@ramstein.af.mil, Tel: 0049-637-147-9330, Fax: (49)-6731-47-2025. (5) AFFARS 5352.242-9000 Contractor access to Air Force installations. Paragraph (b) is filled in as follows: The Turkish Air Force will coordinate with contractors to attain necessary documents and information to grant access to the installation. The United States Government will not be held liable for any delays or breach of contract caused by refusal of the Turkish Air Force to grant a gate pass. The contractor shall notify the contracting officer immediately if access is denied. (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xv) Quotations are due by 3:00PM Local Time on September 13, 2010. In addition to providing the information required above, Turkish Vendors shall provide the following documents, translated and certified in English: (1) Tax Payer License, (2) Trade Chamber Registration, (3) Signature Circular, (4) Company Registration (if applicable), (5) Certified/Authorized Retail/Reseller documentation from manufacturer and or importer of requested supply(s), and (6) Photocopies of written warranty documents (if applicable). (xvi) Contact TSgt Lucas Skillman at e-mail: lucas.skillman@incirlik.af.mil or 39CONS.LGCB@incrilik.af.mil or Telephone: 0322-316-8075 or Fax: 0-322-316-1090 for any questions or concerns regarding this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/39CS/FA5685-10-Q-0071/listing.html)
 
Place of Performance
Address: Incirlik AB, Adana, Turkey, Incirlik AB, Non-U.S., 09824, Turkey
 
Record
SN02268649-W 20100905/100904000037-6c5b8b1e9fe2324cd1b664c6167a2332 (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.