Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2011 FBO #3583
SOLICITATION NOTICE

69 -- Portable Range

Notice Date
9/14/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332995 — Other Ordnance and Accessories Manufacturing
 
Contracting Office
141 ARW/MSC, Washington Air National guard Contracting Office, 2 South Olympia Avenue, Fairchild AFB, WA 99011-9439
 
ZIP Code
99011-9439
 
Solicitation Number
F6T3SE1249A002
 
Response Due
9/21/2011
 
Archive Date
11/20/2011
 
Point of Contact
Jared Olney, 509-247-7224
 
E-Mail Address
141 ARW/MSC
(jared.olney@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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 is a combined synopsis/solicitation for supplies 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. Reference number F6T3SE1249A002 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. Regulation Supplement (DFARS) change notice 20110819. This solicitation is set aside for small business; the associated NAICS code is 332995 and small business size standard is 500 employees. Information concerning FAR clauses can be obtained at http//farsite.hill.af.mil. The date, time and request for quote offers are due: 9:00 AM Pacific Time on 21 September 2011 to Jared.Olney@us.af.mil and Matthew.Richard@us.af.mil 509-247-7222/3 FAX 509-247-7225. Electronic offers preferred. All questions must be submitted in writing no later than 72 hours prior to bid close date. This requirement is for the purchase of: *Items were sourced from SP Targets* 0001-AA (QTY 1) For purchase of the following items listed below to complete a Range in a Box concept. To include all cables, hoses, and hardware required for a top quality, turn-key turning target installation. Includes complete installation by Vendor personnel and on-site training with Vendor personnel. Must meet the following specs: Portable, easy to break down, runs off battery and compressor not included. Target system breaks down to three medium size boxes; equal to or better than Range in a box from suggested source. 0002-AA (QTY 1) Shipping Estimated 0003-AA (QTY 1) TX-20 WIRELESS CONTROL UNIT: for use as a turning target remote control unit. Built for durability and ease of use in any training environment. Approx size of is 7.5" x 4" x 1.25". This size allows room in the unit for a large display, an efficient internal antenna and large operating buttons that can be operated with gloved hands. 0004-AA (QTY 2) RX-8 Receiver Unit: Receiver Units receive wireless transmission signals from the Control Unit to control 8 targets individually and simultaneously. Is entirely electronic so there are no mechanical parts that might wear out. The receiver circuit board is mounted in a heavy-duty, waterproof case with a handy mounting flange. The cable connectors are fitted with seals and there are no controls on the receiver to allow water ingress. The unit can be permanently located out of doors. Since there are no operating c controls on the receiver, it can be mounted in any location. It does not even need to be on the actual fringe range. The receiver operates from a 12- volt to 24- volt power supply battery for convenient portable use or from a 115-volt AC converter for use in fixed installations. 0005-AA (QTY 8) Turning Targets Unit: The wide legs, heavy base, and provision of holes for staking down the frame ensure the target is stable under the worst of conditions. Target is supplied with a target mounting frame and pivot shaft. **ALL ABOVE NAME BRANDS ARE FOR REFERENCE ONLY. OR EQUAL PRODUCTS WILL BE ACCEPTED. ** Delivery requirement: 30 days ARO, FOB Destination to Fairchild AFB, WA. Exact address will be provided upon award. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. FAR 52.204-7. Central Contractor Registration. FAR 52.204-10, Reporting Executive Compensation and first tier subcontract awards. FAR 52.211-6, Brand Name or Equal (for commodities when purchase description is brand name or equal), FAR 52.211-17 Delivery of Excess Quantities (for multiple quantities) FAR 52.212-1, Instructions to Offerors-Commercial Items, FAR 52.212-2 Evaluation-Commercial Items Evaluation. 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, technically acceptability and delivery time of all items "all or none" is the evaluation criteria. This is a best value decision. FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov., FAR 52.212-4 Contract Terms and Condition-Commercial Items; FAR 52.212-5 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply. FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable), FAR 52.219-28, Post Award Small Business Representation (if applicable, FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (Services Only) FAR 52.222-50 Combating Trafficking in Persons; FAR 52.222-99 (DEV), Notification of Employee Rights under the National labor Relations Act, (Only if over $100K) FAR 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products, FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.226-6 - Promoting Excess Food Donations to Nonprofit Organizations (Food Services over 25k), FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.232-36, Payment by Third Party; FAR 52.237-7, Indemnification and Medical Liability Insurance, (Applicable only for medical contracts), FAR 52.253-1 -Computer Generated Forms (when contractor is required to submit data), DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/, DFARS 252.211-7003 Item Identification and Valuation, DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items 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 (BAA) - Balance of Payments Program Certificate (when applicable) DFARS 252-225.7001, BAA - Balance of Payments Program (when applicable) DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) DFARS 252.243-7002, Request for Equitable Adjustment (when applicable) DFARS 252.246-7000, Material Inspection And Receiving Report DFARS 252.247-7023, Transportation of Supplies by Sea, Alternate III
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA45-1/F6T3SE1249A002/listing.html)
 
Place of Performance
Address: 141 ARW/LGC Washington Air National Guard Fairchild AFB WA
Zip Code: 99011-9439
 
Record
SN02576341-W 20110916/110915000312-8128ae4d4f57b21b50cdce308879b24a (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.