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 -- SATCOM Modems - Solicitation Package

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 Space Command, 21CONS (Bldg 1324), Infrastructure Flight - Construction, 580 Goodfellow Street, Peterson AFB, Colorado, 80914-1648
 
ZIP Code
80914-1648
 
Solicitation Number
FA2517-14-T-6038
 
Archive Date
10/10/2014
 
Point of Contact
Nicholas M. McGrath, Phone: 719-556-6110, Anna E. Reyes, Phone: 719-556-4124
 
E-Mail Address
Nicholas.mcgrath@us.af.mil, anna_elizabeth.reyes@us.af.mil
(Nicholas.mcgrath@us.af.mil, anna_elizabeth.reyes@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 3- Additional Terms & Conditions Attachment 2- Specifications Attachment 1- Contractor Submittal Form In accordance with IAW FAR 12.603(c)(2) - 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 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. (ii) Solicitation FA2517-14-T-6038, SATCOM Modems, is being issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-76. (iv) This acquisition is being procured on FBO as Full and Open Competition. The NAICS code is 334220 Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing with a size standard of 750 employees. A single award will be made as a result of evaluation of quotes received. (v) The following is a list of contract line item numbers (CLINs) and respective quantities: (see Attachment 1 - Contractor Submittal Form). A full description of each CLIN can be found in Attachment 2 - Specifications. (vi) The place of performance will be 236 W Paine Ave on Peterson AFB, CO (PAFB). Delivery shall be FOB Destination and delivered 30 days After Receipt of Contract. (vii) The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items (July 2013). North American Industry Classification System (NAICS) code, 334220 applies to this acquisition. Your proposal submission shall include DUNS, Cage Code, Tax ID, terms and conditions and registration in Wide Area Workflow (WAWF) at https://wawf.eb.mil in order to be considered for award. (viii) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999). 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: (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. Award will be made using a Lowest Price Technically Acceptable (LPTA) approach; the Government will award to the lowest priced offeror that is determined technically acceptable. The following factors shall be used to evaluate offers: Factor 1: Technical Capability Factor 2: Price (1) Factor 1: Technical Capability: Technical capability will be evaluated based on an evaluation of Technical Capability Factor; the factor will be rated as Acceptable or Unacceptable. Acceptable is defined as the quote clearly meets the minimum requirements of the solicitation outlined in Attachment 2 - Specifications. Unacceptable is defined as the quote does not clearly meet the minimum requirements of the solicitation. A vendor's quotation will be considered technically acceptable if it quotes based on the specifications outlined in Attachment 2 - Specifications. Quotations that do not meet this requirement will be considered unacceptable and will not be considered for award. (2) Factor 2: Price will be evaluated in order to determine if it is reasonable in accordance with FAR Parts 13.106-3 and 15.4. Offers should be sufficiently detailed to demonstrate their reasonableness. (b) AWARD PROCESS: The Government will first evaluate all quotations on an acceptable/unacceptable basis. Acceptable quotes will then be ranked according to price. The lowest priced offeror who is technically acceptable will receive the award. The award will be made to that offeror without further consideration of any other offerors. (c) A written notice of award or acceptance of the offer mailed or otherwise furnished to the 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 the offer, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (ix) FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Nov 2013), with Alternate I, is applicable to this acquisition. All vendors must be registered in System for Award Management (SAM) (www.sam.gov) at the time of proposal submittal. (x) FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Sep 2013) (xi) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (DEVIATION 2013-O0019) (Jan 2014). See Attachment 3 for full-text. (xii) Defense Priorities and Allocations System (DPAS) and assigned rating do not apply to this acquisition. (xii) Attachment 1 - Contractor Submittal Form must be fully completed and submitted with the offeror's quote. Quotes are due via e-mail no later than 12:00 PM, MST, 10 September 2014. If you have any questions, please submit them in writing not later than 12:00 PM, MST, 5 September 2014. All quotes and questions (if applicable) should be submitted to 21cons.lgcba@us.af.mil. All communications with the requiring activity concerning this solicitation shall cease until the award is announced. During this period, interaction is only allowed with the Contracting Officer and the Contract Specialist. (xiv) For additional information regarding this solicitation, please contact Contract Specialist SrA Nicholas McGrath (nicholas.mcgrath@us.af.mil), or Contracting Officer SSgt Anna Reyes (anna_elizabeth.reyes@us.af.mil ). Ensure you reference the solicitation number in the Subject Line. Please be advised that this RFQ in no manner obligates the Government regarding award of a contract that results from the issuance of this RFQ. Attachments: 1. Contractor Submittal Form 2. Specifications 3. Additional Terms & Conditions
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb1324/FA2517-14-T-6038/listing.html)
 
Place of Performance
Address: Peterson AFB, Colorado Springs, Colorado, 80914, United States
Zip Code: 80914
 
Record
SN03485240-W 20140830/140829022357-c4d59fc972cd0f19ee3647454dc91255 (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.