Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2012 FBO #3942
SOLICITATION NOTICE

66 -- Trimble GPS Equipment - Attachment 1 Trimble Equipment - ATTACHMENT 3 - Trimble VX Spatial Station Specs - ATTACHMENT 2 - Trimble CLINs

Notice Date
9/7/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), 21st Contracting Squadron, 135 Dover Street, Suite 2225, Peterson AFB, Colorado, 80914-1055, United States
 
ZIP Code
80914-1055
 
Solicitation Number
FA2517-12-T-6079
 
Archive Date
9/29/2012
 
Point of Contact
Sharday Leedy, Phone: 7195560851, ,
 
E-Mail Address
sharday.leedy@us.af.mil, 21CONS.LGCBA@us.af.mil
(sharday.leedy@us.af.mil, 21CONS.LGCBA@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
ATTACHMENT 2 - Trimble CLINs ATTACHMENT 3 - Trimble VX Spatial Station Specs Attachment 1 Trimble Equipment In accordance with (IAW) FAR 12.603 - Streamlined Solicitation for Commercial Items, the following is submitted for this Request For Quote: (i) This is a combined synopsis/solicitation for commercial items prepared IAW the format in Subpart 12.603(c)(2), 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, FA2517-12-T-6079, is being issued as a Request for Quotation (RFQ). (iii) This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-60. (iv) This procurement is 100% set aside for small business. The NAICS code for this requirement is NAICS code 334519 Other Measuring and Controlling Device Manufacturing. The small business size standard is 500 employees. A single award will be made as a result of evaluation of quotes. (v) Purchasing Trimble VX Spatial Station 3D GPS Scanning Surveying Equipment Kit to include shipping to Patrick AFB, FL and Los Angeles AFB, CA. The CLINs are as follows: Unit of CLIN Description (See Attachment 2 for Part Numbers) Issue Qty 0001 Trimble VX Global, Power Kit MultiTrack Robotic Kit Each 2 0002 Trimble standard telescopic rod, 2.6m Each 2 0003 Heavy Duty Tripod Each 2 0004 TSC3 Robotic Accessory Kit Each 2 0005 External radio 2.4 GHz, Global Each 2 0006 Cable-Coiled, External radio, Each 2 Hirose 12 pin to DB9 (for belt clip radio) 0007 Battery- Li-Ion, 2.6Ah, 7.4V 19.2 Wh, (for belt clip radio) Each 4 (vi) The above CLIN items must utilize new components. They must not utilize gray market parts or used items. (vii) Delivery is FOB Destination to Patrick AFB, FL 32925 and Los Angeles AFB, CA 90245. See Attachment 1. Delivery terms are 60 days ARO. (viii) The following provisions and clauses apply to this acquisition: (a) 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 System for Award Management at www.sam.gov in order to be considered for award. The Government is not providing contract financing for this requirement. (b) FAR 52.212-2, Evaluation-Commercial Items (Jan 1999), applies to this acquisition. Paragraph (a), award will be made to the lowest price, Technically Acceptable offeror. Technically Acceptable is defined as each item possessing all characteristics as identified in Attachment 1 for each respective CLIN item. (c) FAR 52.212-3, Offeror Representations and Certification-Commercial Items (January 2011), is applicable to this acquisition. All vendors shall be registered in System for Award Management (SAM) (https://www.sam.gov). (d) FAR 52.212-4, Contract Terms and Conditions-Commercial Items (June 2010), applies to the acquisition. (e) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation)(January 2011) applies to this acquisition. (f) The Government will not be providing contract financing arrangements for this solicitation. The following FAR Clauses are applicable to this solicitation: 1. FAR 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards (Jul 2010) 2. FAR 52.204-99, System for Award Management Registration (DEVIATION) (August 2012) 3. FAR 52.209-2, Prohibition On Contracting With Inverted Domestic Corporations--Representation (May 2011) 4. 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) 5. FAR 52.219-6, Notice of Total Small Business Set-Aside (June 2003) 6. FAR 52.222-21, Prohibition of Segregated Facility (Feb 1999) 7. FAR 52.222-22, Previous Contracts and Compliance Reports (Feb 1999) 8. FAR 52.222-25, Affirmative Action Compliance Reports (Apr 1984) 9. FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration (Oct 2003) 10. FAR 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (DEVIATION 2012-00014) (August 2012) 11. FAR 52.252-2, Clauses Incorporated by Reference (http://farsite.hill.af.mil) (Feb 1998) 12. FAR 52.252-6, Authorized Deviations in Clauses (Apr 1984) a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation 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 252.209-7999, Representation By Corporations Regarding An Unpaid Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law (Deviation 2012-O0004) (Jan 2012) 3. DFARS 252.211-7003, Item Identification and Valuation (Jun 2012) 4. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders DEVIATION (March 2011) 5. DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) The following AFFARS clause applies 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)-554-5300, Fax (719)-554-5299, email a7K.wf@us.af.mil. (ix) The Defense Priorities and Allocations System does not apply to this solicitation. (x) The Government will not be providing Contract Financing for this requirement. (xi) Quote submission: Quotes shall include price information, quote expiration date, DUNS, Cage Code, tax ID and terms and conditions. Responses to this solicitation must be submitted no later than 12:00 PM MST, on 14 September 2011. (xii) All questions regarding this solicitation must be submitted by 12:00 PM MST, 12 September 2011. Submit questions and quotes via e-mail to: SSgt Sharday Leedy at sharday.leedy@us.af.mil phone number 719-556-0851 and 21cons.lgcba@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/FA2517-12-T-6079/listing.html)
 
Place of Performance
Address: 135 Dover Street, Suite 1055, Peterson AFB, Colorado, 80914, United States
Zip Code: 80914
 
Record
SN02872124-W 20120909/120907235848-2e408930a35a6a54d842228470404ff8 (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.