SOLICITATION NOTICE
10 -- AGTS-36 Aerial Gunnery Targeting System. TDK-39 Target w/RADOPs Scoring w/no Visual Augmentor, Meggitt P/N 60828-1, 12 each. Visual Augmentor, Meggitt P/N 219833-6, 12 each.
- Notice Date
- 4/18/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332995
— Other Ordnance and Accessories Manufacturing
- Contracting Office
- 173 FW/MSC, Kingsley Field, 223 Arnold Street, Suite 35, Klamath Falls, OR 97603-1937
- ZIP Code
- 97603-1937
- Solicitation Number
- W912JV-12-T-7007
- Response Due
- 5/18/2012
- Archive Date
- 7/17/2012
- Point of Contact
- Matthew Marshall, 541-885-6181
- E-Mail Address
-
173 FW/MSC
(matthew.marshall@ang.af.mil)
- Small Business Set-Aside
- N/A
- 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. (1) CENTRAL CONTRACTOR REGISTRATION / WIDE AREA WORK FLOW: The Government requires that all contractors doing business with this office be registered with the Central Contractor Registry (CCR). No award can be made to a company not registered in CCR. For additional information and to register in CCR, please access the following web site: http://www.ccr.gov. In order to register all firms must have a Dunn & Bradstreet number. A Dunn & Bradstreet number may be acquired free of charge by contacting Dunn & Bradstreet on line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at 800-333-0505. Contractors should submit their Certification and Representations using the online Representations and Certifications (ORCA) at https://orca.bpn.gov/. The successful offeror shall be able to invoice electronically using the process available at Wide Area Workflow https://wawf.eb.mil/. Alternate payment methods are not authorized. (2) EVALUATION AND AWARD; Award will be made on the basis of the lowest priced quote meeting or exceeding the salient characteristics listed in this solicitation. The Government intends to award one Firm Fixed Priced contract as a result of this solicitation. Failure to comply with the solicitation terms and conditions may result in a proposal being deemed as non-responsive. Read the solicitation carefully. (3) REQUESTS FOR INFORMATION; Requests for information (RFI's) shall be e-mailed to the Contract Specialist (Matthew Marshall - matthew.marshall@ang.af.mil) within 5 business days of the solicitation close date. (4) STATEMENT OF WORK: Reference the attached Item Description. (5) PRICE SCHEDULE: CLIN 0001 - TDK-39 Target w/RADOPs Scoring w/no Visual Augmentor, Meggitt P/N 608280-1, 12 each. See attached Item Description CLIN 0002 - Visual Augmentor, Meggitt P/N 219833-6, 12 each. See attached Item Description. (6) TO PROPOSE: Firms shall provide the following: A. Provide a Firm Fixed price for CLIN's 0001-0002. (7) PROPOSAL DUE DATE: Proposals shall be sent via e-mail to Matthew Marshall at matthew.marshall@ang.af.mil OR faxed to 541-885-6600 and received no later than 12:00 PM Pacific Standard Time on May 18, 2012. Late proposals will not be accepted. Proposed pricing shall be valid for 45 calendar days. (8) PROVISIONS/CLAUSES: The following FAR and DFAR provisions and clauses apply to this solicitation and are incorporated by reference: The solicitation document, incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-48, effective 31 Jan 2011. Clauses may not be in sequential order. 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (Offerors are advised to include a complete copy of this provision with their proposal) 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; 52.223-18 Contractor Policy to Ban Text Messaging While Driving; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; 52.236-9 Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements 52.236-14 Availability and Use of Utility Services 52.237-2 Site Visit 52.222-41 Service Contract Act 52.215-5 Facsimile Proposals: 541-885-6600 52.232-18 Availability of Funds 252.201-7000 Contracting Officers Representative 252.204-7004 Required Central Contractor Registration. Alt A; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items 252.225-7000 Buy American Act - Balance of Payments Program Certificate 252.225-7001 Buy American Act and Balance of Payment Program 252.222-7002 Qualifying Country Sources as Subcontractors 252.232-7003 Electronic Submission of Payment Requests 252.247-7023 Transportation of Supplies by Sea Alt III 252.243-7002 Requests for Equitable Adjustment 52.252-2 Clauses Incorporated by Reference: This contract incorporates one or more Clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.arnet.gov/far or http://farsite.hill.af.mil/ (14) POC: Point of Contact for this acquisition is Matthew Marshall, 173rd Base Contract Specialist, Kingsley Field Air National Guard Base, Phone 541-885-6181, E-mail matthew.marshall@ang.af.mil; Fax 541-885-6600.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35-1/W912JV-12-T-7007/listing.html)
- Place of Performance
- Address: 173 FW/MSC Kingsley Field, 211 Arnold Street, Suite 35 Klamath Falls OR
- Zip Code: 97603-1937
- Zip Code: 97603-1937
- Record
- SN02725235-W 20120420/120418235412-1a9eeddb5dd346cc14d7eb776ac3253b (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 |