Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 16, 2013 FBO #4283
SOLICITATION NOTICE

58 -- Kazakhstan Infrasound System - List of Items

Notice Date
8/14/2013
 
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, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
 
ZIP Code
32925-3238
 
Solicitation Number
FA2521-13-Q-B058
 
Point of Contact
Robert W. Yancey, Phone: 3214949958, Linda M Penuel, Phone: 321-494-7573
 
E-Mail Address
Robert.Yancey@patrick.af.mil, linda.penuel@us.af.mil
(Robert.Yancey@patrick.af.mil, linda.penuel@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
List of Items Combined Synopsis/Solicitation 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. The solicitation number FA2521-13-Q-B058 shall be used to reference any written quote provided under this request for quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69. This is a set-aside for 100% small business. The North American Industry Classification System (NAICS) code for this project is 334220 with a size standard of 750 employees. Item Description Qty Unit Unit Price Total Amount 0001 see attachement. -List of items. Estimated Delivery Time: 30 days ADC Warranty: ________________ FOB: Destination Ship to address: AFTAC 1030 S HWY A1A Patrick AFB, FL 32925 Place of Manufacture: ______________________________ NOTE TO OFFERORS: In accordance with FAR 8.402(f), an ordering activity Contracting Officer may combine open market items with General Services Administration (GSA) items; therefore, if any item is applicable to (GSA) Contract Schedule please clearly labeled the item GSA or open market. FAR Provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following addendem applies: RFQ due date: 13 September 2013 RFQ due time: 3:00 PM Eastern Fax RFQ to 321-494-1843 or mail to: 45cons.lgcb.e-bids@us.af.mil 45th Contracting Squadron Attn: FA2521-13-Q-B058 1201 Edward H. White II Street, MS 7200 Patrick AFB, FL 32925-3238 DUNS Number Cage Code Tax ID Number *Number of Employees_____________ *Total Yearly Revenue_______________ *Information required to determine size of business for the NAICS referenced above All questions regarding this solicitation must be fax to 321-494-1843 by 1:00 pm 29 August 2013 All companies must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. All companies must be registered in the System For Award Management at https://www.sam.gov/portal/public/SAM/ to be considered for award. The Government will not provide contract financing for this acquisition. WAWF instruction shall be provided at time of award FAR Provision 52.212-2, Evaluation -- Commercial Items, applies to this acquisition and the following evaluation is applicable: Pursuant to FAR 12.602 contract award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106. Offeror's submissions will be evaluated based upon price, and ability to fulfill the requirement. Please ensure that any submission made in response to this solicitation contains adequate information to allow for government evaluation in accordance with the above criteria. The item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must meet the salient physical, functional, or performance characteristic specified in this solicitation, clearly identify the item by brand name and make or model number. Include descriptive literature such as illustrations and drawings. The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. An offeror must be determined to be responsible by the Contracting Officer in order to be eligible for award. Responsibility is described in Federal Acquisition Regulation (FAR) Subpart 9.1, "Responsible Prospective Contractors." Part of the determination addresses financial capability. Please provide the names, addresses and points of contact for all financial institution organizations utilized to determine if contractor has adequate financial resources to perform the contract or the ability to obtain them to include written authority to contact the provided financial institution. FAR Provision 52.212-3, Offeror Representations and Certifications -- Commercial Items, with it's Alternate I, applies to this acquisition. All vendors must be registered in System For Award Management at https://www.sam.gov/portal/public/SAM/ at the time of Quote submittal. FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition with the following Addendum: Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEV), Additionally, the following FAR clauses cited in 52.212-5 are applicable: FAR 52.203-3, Gratuities FAR 52.203-6, Ristrictions on Subcontractor Sales to the Governent, with Alternate I FAR 52.204-10, Reporting Executive compensatioon and First-Tier Subcontract Awards FAR 52.209-6, Protecting the Governments Interest when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-8, Utilization os Small Business Concerns FAR 52.219-14, Limitations on Subcontracting 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 Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.222-36, Affirmitive Action for Workers with Disabilities, Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.222-37 Employment Reports on Special Disabled Veterans, FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act FAR 52.222-50, Combating Traffikcking in Persons FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13, Restriction on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-System for Award Management FAR 52.233-1, Disputes FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim The following DFARS clauses are applicable to this solicitation: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.205-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7011, Alternative Line Item Structure DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country DFARS 252.211-7003, Item Identification and Valuation DFARS 252.215-7008, Only one offer DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.225-7001, Buy American and Balance of Payments Program DFARS 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings DFARS 252.225-7020, Trade Agreements Certificate DFARS 252.225-7031, Secondary Arab Boycott of Israel DFARS 252.232-7002, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7002, Request for Equitable Adjustment DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.246-7003, Notification of Potential Safety Issues DFARS 252.247-7023, Transportation of Supplies by sea DFARS 252.232-7006, Wide Area Work Flow The following AFFARS clause is applicable to this solicitation: AFFARS 5352.201-9101 Ombudsman with the following fill-in: AFSPC/A7K, 150 Vandenberg St., Peterson AFB CO 80914, Phone: 719-554-5300, Email: A7K.wf@us.af.mil. AFFARS 5352.242-9000, Contractor Access to Air Force Installations The full text of these clauses and provisions may be assessed electronically at the website: http://farsite.hill.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-13-Q-B058/listing.html)
 
Place of Performance
Address: AFTAC, 1030 S HWY A1A, Patrick AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN03148696-W 20130816/130814235344-30dd2aa07845a0512f67755b2598644d (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.