Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2011 FBO #3549
MODIFICATION

16 -- TDU-32 A/B Type 2 Radar Aerial Tow Banner - Amendment 1

Notice Date
8/11/2011
 
Notice Type
Modification/Amendment
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 3 CONS - Elmendorf, 10480 22nd Street, Elmendorf AFB, Alaska, 99506-2500
 
ZIP Code
99506-2500
 
Solicitation Number
F1W3EE1194A001
 
Archive Date
9/3/2011
 
Point of Contact
William StPierre, Phone: 907-552-7168, Maripet Short, Phone: 907-552-2675
 
E-Mail Address
william.stpierre@elmendorf.af.mil, maripet.short@elmendorf.af.mil
(william.stpierre@elmendorf.af.mil, maripet.short@elmendorf.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Modification to extend closing date by one week, to August 19th, 2011 at 6PM EST. Word version This is a solicitation for a commercial product; prepared in accordance with the format in FAR subpart 12.6 and 13.5, streamlined procedures for evaluation and solicitation for commercial items- as supplemented with additional information included in this notice. Quotations are being requested and a written solicitation document will not be issued. This is a solicitation of Purchase Request F1W1G21194A001 and is issued as a Request for Quotation (RFQ). The associated North American Industrial Classification System (NAICS) code for this procurement is 336413 with a small business size standard of 1000 employees. This acquisition is set aside for small businesses. Description: Item Qty (ea) Model TDU-32 A/B Type 2 Radar Aerial Tow Banner, Size 7.5' x 40' 16 each All responsible Contractors shall provide a quote in accordance to the specifications stated above. Please include delivery of items to JBER, Alaska 99506 as a separate line item. Contractor shall submit their quote on company letterhead, delivery time, name, address, telephone number of the offeror, terms of any express warranty, unit price, and overall total price. Place of delivery for acceptance and FOB point will be either Origin or Destination. That decision will be made at time of award. Additionally, all offers must include a copy of the technical description and/or product literature. Interested companies that meet the requirements stated above should submit a quote. Quotations for this notice shall be received by August 19th at 2:00PM Alaska Standard Time. Quotations shall be submitted to: 673rd Contracting Squadron/LGCC, Attn: William St.Pierre, via fax to 907-552-7496 or e-mail: william.stpierre@elmendorf.af.mil. The following provisions and/or clauses apply to this acquisition: 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical Ability and Qualifications 2. Price This will be a lowest price technically acceptable purchase. Minimum Qualifications: Must have a weighted steel tow bar and bridle assembly attached to a rectangular fabric panel. The safety webbing bridle must be made of Nylon, must be 60 ft in length, and attach between the tow bar and tow cable. The rectangular panel must be made of, both, non-radar and radar reflective panels and measure at 7.5' x 40'. For visual tracking, the panels have a 12-inch orange border and a 48-inch orange bull's eye centered on a white portion. The targets will be attached approximately 1,800 ft. behind the tow aircraft, and are launched from the runway by standard drag takeoff procedures. Target recovery is accomplished by dropping the target in a recovery area following the mission, but these targets are likely to be one-time use. To access additional information please do a Google search for "TDU-32 A/B Type 2 radar Aerial Tow banner". Please forward all questions to William St.Pierre at william.stpierre@elmendorf.af.mil no later then 11AM Alaska Standard Time on 18th of August, 2011. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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. The solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53. The following provisions apply to this acquisition: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations FAR 52.212-1 Instructions to Offerors- Commercial Items FAR 52.212-3 Alt I Offerors Representations and Certifications - Commercial Items FAR 52.212-4 Contract Terms and Conditions Commercial Items FAR 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items including subparagraphs FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-28 Post-Award Small Business Program Representation FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor- Cooperation With Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52-222-26 Equal Opportunity FAR 52.222-35 Equal Opportunity for Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-37 Employment Reports on Veterans FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving FAR 52.222-50 Combating Trafficking in Persons FAR 52.233-3 Protest after Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.247-64 Preference for Privately Owned U.S. - Flag Commercial Vessels FAR 52.252-2 Clauses Incorporated by Reference DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.211-7003 Item Identification and Valuation DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7000 Buy American Act- Balance of Payments Program Certificate DFARS 252.225-7001 Buy American Act and Balance of Payments Program DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010 Levies on Contract Payments DFARS 252.247-7023 Transportation of Supplies by Sea DFARS 252.247-7023 Alt III Transportation of Supplies by Sea In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201(a). Potential contractors must also be registered in the Central Contractor Registry (CCR) at http://www.ccr.gov. This is a lowest-price, technically acceptable procurement. Award will be made to the offeror whose offer is conforming to the solicitation and is determined to be the most advantageous to the Government. Price and other factors will be considered. The Government intends to evaluate offers and award without discussion. Offeror shall submit all information with offer as required in FAR 52.212-1. Offerors may obtain copies of the reference provisions and clauses at: http://farsite.hill.af.mil/vffara.htm Quotations must be received by specified response date. Quotations shall be submitted to Mr. William St.Pierre. All responsible sources may submit a written proposal, which shall be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/F1W3EE1194A001/listing.html)
 
Place of Performance
Address: Joint-Base Elmendorf Richardson, JBER, Alaska, 99506, United States
Zip Code: 99506
 
Record
SN02531135-W 20110813/110812000017-523e98a9a03b6e7d62de84926749d848 (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.