Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2014 FBO #4662
SOLICITATION NOTICE

58 -- Ross Terminal Gear and Routing System - Package #1

Notice Date
8/28/2014
 
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 Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
 
ZIP Code
84056
 
Solicitation Number
F2TAL4161A001
 
Archive Date
9/30/2014
 
Point of Contact
Pamela A. Reimers, Phone: 8017752382
 
E-Mail Address
pamela.reimers@us.af.mil
(pamela.reimers@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Specifications Brand Name Justification Combined Synopsis/Solicitation (i) This is a combined synopsis/solicitation for the acquisition of commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this announcement. This announcement constitutes the only solicitation; a written solicitation will not be issued. (ii) Solicitation Number: FA8201-14-R-Ross_Terminal_Gear_and_Routing_System This solicitation is issued as a request for quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-71. (iv) Contracting Officer's Business Size Selection: 100% Total Small Business Set-Aside NAICS Code: 334220 Small Business Size Standard: 750 Emp (v) CLIN 0001 - Modular Frame, Item# OG3-FR-CNS-P QTY: 4 CLIN 0002 - Advanced Networking Card, Item# MFC-8322-N QTY: 4 CLIN 0003 - Redundant Power Supply, Item# PS-OG3 QTY: 5 CLIN 0004 - Control Panel, Item# RCP-NKQ QTY: 6 CLIN 0005 - SDI 34x34 Routing System, Item# NK-3G24 QTY: 1 CLIN 0006 - Onsite Commissioning, 1 Day, Item# NK-COM-1DAY QTY: 1 CLIN 0007 - Onsite Training, 1 Day, Item# TRAIN-PRE-001 QTY: 1 (vi) Description of item(s) to be acquired: The contractor shall provide the Ross Terminal Gear and Routing System with incedentals requested to 2D Combat Camera Squadron located at Bldg 1269, 6015 Dogwood Ave., Hill AFB, Utah 84056. Please reference the attached specification for more details on requirement. (vii) Dates and Place of Delivery: Delivery of Ross Terminal Gear and Video Routing System in accordance with (IAW) the attached specifications is to be completed within 30 days After Date of Contract (ADC). FOB Destination. (viii) T he provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offers are due by 1400 MST, 15 September, 2014 via electronic mail to pamela.reimers@us.af.mil (ix) 52.212-2: Evaluation -- Commercial Items (a) 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 and other factors considered. The following factors shall be used to evaluate offers: (i) price; (ii) technical capability of the item offered to meet the Government requirement; (b) Evaluation is on Lowest Price Technically Acceptable (LPTA) basis. All offers will be evaluated on their proposed Total Price. The contract will be awarded to the company with lowest price, which fully meets all specifications IAW the Specifications. Only the lowest priced proposal will be evaluated for technical acceptability (to be based on the specifications in the CLIN). The next lowest offer will only be evaluated if the forementioned offer is not found technically acceptable (and so on). Only one award will be made under this solicitation. Award will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified Acquisition Procedures. Submit only written offers; oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (xi) T he clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and a statement regarding any addenda to the clause. (xii) T he clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition; and the following FAR clauses cited in the clause are applicable to the acquisition: 52.222-50 Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). 52.233-3 Protest After Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). 52.203-6 Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013) 52.222-3 Convict Labor (IAW FAR 22.202)(JUN 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (MAR 2012) (E.O. 3126). 52.222-21 Prohibition of Segregated Facilities (IAW FAR 22.810(a)(1))(FEB 1999) 52.222-26 Equal Opportunity (IAW FAR 22.810(e)) (MAR 2007) 52.222-35 Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). 52.222-36 Affirmative Action for Workers with Disabilities (IAW FAR 22.1408(a))(OCT 2010) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O.13513). 52.225-1 Buy American Act - Supplies (IAW FAR 25.1101(b)(1)(i))(FEB 2009) 52.225-13 Restrictions on Certain Foreign Purchases (IAW FAR 25.1103(a))(JUN 2008) 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (JUL 2013) (31 U.S.C.3332). (xiii) Additional Contract Requirement or Terms and Conditions: Please see attached Specifications. 252.232-7006 Wide Area Workflow Payment Instructions (MAY 2013) 5352.201-9101 Ombudsman (APR 2014) (xiv) Defense Priorities and Allocations System (DPAS): N/A (xv) Proposal Submission Information: All questions or comments must be sent to Mrs. Pamela Reimers by email at pamela.reimers@us.af.mil, NLT 1400 MST, 8 Sept 2014. Responses to questions will be posted NLT 1400 MST, 10 Sept 2014. Offers are due by 1400 MST, 15 Sept 2014 via electronic mail to pamela.reimers@us.af.mil. (xvi) For additonal information regarding the solicitation contact Mrs. Pamela Reimers at 801-775-2382. Notice to Offerors: The Government intends to award a Firm Fixed Price contract for this requirement. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/F2TAL4161A001/listing.html)
 
Place of Performance
Address: Bldg 1269, 6015 Dogwood Ave., Hill AFB, Utah, 84056, United States
Zip Code: 84056
 
Record
SN03484770-W 20140830/140829022211-de3c85dafb4b0893fac3d8110eaa4349 (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.