Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2011 FBO #3585
SOLICITATION NOTICE

58 -- Tactical Mobile Network

Notice Date
9/16/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), Specialized Flight-IT, O&M, Tech Serv, IT Resources, 135 E ENT Ave STE 1055, Peterson AFB, Colorado, 80914-1385
 
ZIP Code
80914-1385
 
Solicitation Number
FA2517-11-T-6109
 
Archive Date
10/7/2011
 
Point of Contact
Jeremy Rash, Phone: 7195562195, Susan K Davis, Phone: 719-556-7585
 
E-Mail Address
jeremy.rash@peterson.af.mil, susan.davis@peterson.af.mil
(jeremy.rash@peterson.af.mil, susan.davis@peterson.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation, FA2517-11-T-6109, is being issued as a Request for Quotation (RFQ). (iii) This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-53. (iv) This procurement is procured as 100% Small Business Set Aside. The NAICS code is 334220, Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing, and the size standard is 750 Employees. A single award will be made as a result of evaluation of quotes. (v) This requirement is for the purchase of a tactical mobile network for the 302nd Communications Flight at Peterson AFB, in accordance with the attached salient characteristics (att 1). (vi) The requirements stated in the attachments and paragraph are being procured under a 100% small business set-aside. (vii) The following provisions and clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items (Jun 2008). All firms must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. DUNS, Cage Code, tax ID, terms and conditions shall be submitted with quote. All firms must be registered in the Central Contractor Registration Database at www.ccr.gov in order to be considered for award. The Government is not providing contract financing for this requirement. (ix) FAR 52.212-2, Evaluation-Commercial Items (Jan 1999), applies to this acquisition. Paragraph (a), award will be based on low price meeting technical specifications. To be considered technially acceptable, the products must be brand name or equal. (x) The provision at FAR 52.212-3, Offeror Representations and Certification-Commercial Items (Mar 2011), is applicable to this acquisition. All vendors shall be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov) at the time of Quote submittal. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (June 2010), applies to the acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation) (Mar 2011) applies to this acquisition. (xiii) The Government will not be providing contract financing arrangements for this solicitation. The following FAR Clauses are applicable to this solicitation: 1. FAR 52.222-3, Convict Labor (June 2003) 2. FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) 3. FAR 52.222-21, Prohibition of Segregated Facility (Feb 1999) 4. FAR 52.222-22, Previous Contracts and Compliance Reports (Feb 1999) 5. FAR 52.222-25, Affirmative Action Compliance Reports (Apr 1984) 6. FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 7. FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration (Oct 2003) 8. FAR 52.233-3, Protest After Award (Aug 1996) 9. FAR 52.252-6, Authorized Deviations in Clauses (Defense Federal Acquisition Regulation Supplement)(Chapter 2)(Apr 1984) The following DFARS clauses apply to this solicitation: 1. DFARS 252.203-7000, Requirements Relating to Compensation of Former DOD Officials (Jan 2009) 2. DFARS 252.204-7004, Alternate A, Required Central Contractor Registration (Sep 2007) 3. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders DEVIATION (Dec 2010) 4. DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) 5. DFARS 252.225-7012 Preference for Certain Domestic Commodities (Jun 2010) The following AFFARS clauses apply to this solicitation: AFFARS 5352.201-9101 Ombudsman as prescribed 5301.9103, (Apr 2010) - contact: HQ AFSPC/A7K, 150 Vandenberg St., Suite 1105, Peterson AFB, CO 80914-4350. (719)-554-5250, Fax (719)-554-5299, email a7K.wf@afspc.af.mil. (xiv) The Defense Priorities and Allocations System does not apply to this solicitation. (xv) Quote Submission: Quote shall include price information, DUNS, Cage Code, tax ID, and terms and conditions. Questions regarding this solicitation shall be submitted in writing no later than 4:00 pm MST on Wednesday, 21 Sep 2011. Responses to this solicitation must be submitted no later than 4:00 PM, Mountain Standard Time on 22 Sep 2011. (xvi) POC is SSgt Jeremy Rash, 719-556-4712 for information regarding this solicitation. Submit your quotes to SSgt Rash at Jeremy.Rash@peterson.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/FA2517-11-T-6109/listing.html)
 
Place of Performance
Address: 302 Communications Flight, 405 W Hamilton Ave Ste 121, Peterson AFB, Colorado, 80914, United States
Zip Code: 80914
 
Record
SN02579619-W 20110918/110916235231-da1cc779e316364f0e4d959dadb5baf6 (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.