Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 26, 2010 FBO #3289
SOLICITATION NOTICE

70 -- Maintenance Suport for Rsignia CyWarfius Joint Forces Sensors - J&A

Notice Date
11/24/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Air Force, AF ISR Agency, AF ISR Agency/A7K, 102 Hall Blvd, Ste 258, Lackland AFB, Texas, 78243, United States
 
ZIP Code
78243
 
Solicitation Number
F2MU920295A001
 
Archive Date
12/14/2010
 
Point of Contact
Rachel J. Sexton, Phone: 2109776425
 
E-Mail Address
rachel.sexton@us.af.mil
(rachel.sexton@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Sole Source J&A The HQ AF ISR Agency, Contracting Flight at Lackland AFB, TX intends to make a Sole Source Purchase Order to Rsignia Inc for the maintenance renewal on their CyWarfius Joint Forces Sensors. This requirement is set aside for small business opportunities. 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: REQUIREMENT: CLIN 0001- 30 EA, 1 Yr Maintenance and support for CyWarfius Joint Forces Sensors, P/N SM-JFS-SF1. The period of Performance for this requirement will be 1 dec 2010- 30 Nov 2011. The end user will be the 92 Information Operations Squadron (IOS), 402 Greig Street, Bldg 179, San Antonio, TX 78226. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2005-46. The requirement is FOB Destination. Payment of invoices will be made by DFAS-LI. The following FAR clauses and provisions apply to this requirement which can be viewed through Internet access at the AF FAR Site, http://farsite.hill.af.mil. 52.212-1, Instructions to Offerors - Commercial Items (JUN 2008), 52.212-2-Evaluation of Commercial Items (JAN 1999), 52.212-3, Offeror Representations and Certifications- Commercial Items, (OCT 2010), 52.212-4, Contract Terms and Conditions-Commercial Items (JUN 2010); FAR 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders - Commercial Items (OCT 2010) (DEVIATION); as do the following FAR clauses cited therein: 52.222-26, Equal Opportunity (MAR 2007); 52.222-35, Equal Opportunity for Veterans (SEP 2010); 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010); 52.222-37, Employment Reports on Veterans (SEPT 2010), 52.225-3 Buy American Act-Supplies (JUN 2009), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003), 52.233-3 Protest After Award (AUG 1996) and 52.252-2 Clauses Incorporated by Reference (FEB 1998). 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (NOV 2010), DFARS 252.225-7001; Buy American Act and Balance Payment Program (JAN 2009); 252.204-7004, Required Central Contractor Registration (SEPT 2007). FIRMS THAT RECOGNIZE AND CAN PROVIDE THE REQUIREMENT DESCRIBED ABOVE ARE ENCOURAGED TO IDENTIFY THEMSELVES AND PROVIDE THE SUPPORTING EVIDENCE DESCRIBED HEREIN. THE GOVERNMENT WILL MAKE AN AWARD TO THE RESPONSIBLE OFFEROR WHOSE OFFER CONFORMS TO THIS REQUIREMENT AND IS THE LOWEST PRICE, AS FOLLOWS: 1) A DECISION ON THE TECHNICAL ACCEPTABILITY SHALL BE MADE FOR REQUIREMENTS OTHER THAN BRAND NAME. ONLY THOSE OFFERORS DETERMINED TO BE TECHNICALLY ACCEPTABLE WILL BE CONSIDERED FOR AWARD. 2) ALL TECHNICALLY ACCEPTABLE OFFERORS WILL THEN BE RANKED BY EVALUATED PRICE. AWARD WILL BE MADE TO THE OFFEROR WHOSE OFFER HAS BEEN FOUND TO BE TECHNICALLY ACCEPTABLE AND IS THE LOWEST PROPOSED PRICE. ALL RESPONSES RECEIVED BY THE DUE DATE WILL BE CONSIDERED BY THE GOVERNMENT. Offers are due at the AF ISR Agency Contracting Division not later than 12:00 PM, Central Time, 29 November, 2010 and should reference the Solicitation listed above. OFFERORS MUST INCLUDE WITH THEIR PROPOSAL A COMPLETED COPY OF THE PROVISION 52.212-3, OFFERORS REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (AUG 2009). Effective 1 Jun 98, contractors must be registered in the Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA) prior to receiving any contract award. You can register in the CCR by calling 1-888-227-2423, or via the Internet at http://www.ccr.gov/ and https://orca.bpn.gov/login.aspx. All responsible sources may submit an offer, which, if timely received, will be considered by this office. Offers may be sent by fax, (210) 977-6414, or email, rachel.sexton@us.af.mil. For more information contact Rachel Sexton, (210) 977-6425 or email rachel.sexton@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/cb08531588b5b9b3082786eae6c989c5)
 
Place of Performance
Address: 402 Greig St, Bldg 179, San Antonio, Texas, 78226, United States
Zip Code: 78226
 
Record
SN02334000-W 20101126/101124234530-cb08531588b5b9b3082786eae6c989c5 (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.