MODIFICATION
59 -- Antenna - Antenna Attachments
- Notice Date
- 2/26/2015
- Notice Type
- Modification/Amendment
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
- ZIP Code
- 31098-1611
- Solicitation Number
- FA8539-15-Q-00234
- Archive Date
- 3/28/2015
- Point of Contact
- Kirby G. Maples, Phone: 4783276822
- E-Mail Address
-
kirby.maples@us.af.mil
(kirby.maples@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Surplus Clause L-900 Packaging Requirements Transportation Document Counterfeit Prevention Plan Special Packaging Instructions Surplus Materiel Worksheet This is an extension of the original synopsis posted on 3 Dec 2014. This is a combined synopsis/solicitation for commercial items issued as a Request for Quotation (RFQ) FA8539-15-Q-00234 and prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. The Warner Robins Air Logistics Center (ALC), Robins AFB, GA, intends to solicit and negotiate, on a competitive basis, a fixed buy of 6 ea, NSN 5985001491451CX, P/N: N12254-1 applicable to the AN/ARN-6 system. CLIN 0001: 5985-00-149-1451 ANTENNA Required Quantity: Six (6) each The required delivery for the 6 Antennas is 30 calendar days after contract award. CLIN 0002: Counterfeit Prevention Plan Data Acquisition Document No. DI-MISC-81832 Report any counterfeit part discovery within 30 calendar days. Ship to for Acceptor invoice DODAAC FA8539. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This synopsis is NOT to be construed as a commitment by the Government or as a Request for Proposals. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-78. The associated North American Industry Classification System (NAICS) Code is 334511 and the Size Standard is 750 employees. This solicitation is not a small business set-aside. FB2065 AF SUPPLY CNTRL RECV BLDG 376 CP 478 926 2325 455 BYRON ST ROBINS AFB GA 31098 GA USA The data or the rights to use the data needed to purchase this part from additional sources are not owned by the Government and it has been determined that it is uneconomical to purchase them or to reverse engineer the part. Quality Assurance is Standard Inspection, IAW 52.246-2. Government Inspection and Acceptance shall be at Destination. VENDOR PACKAGING INSTRUCTIONS: Military Packaging and Marking Items shall be packaged in accordance with MIL-STD-2073-1, Standard Practice for Military Packaging. Shipping and storage markings shall be in accordance with MIL-STD-129, Standard Practice for Military Marking. Shipping Container Marking Shipping containers shall be marked meeting the following criteria: (a) MIL-STD-129, Standard Practice for Military Marking. (b) Bar code format shall conform to bar code symbology Format 3 of 9, Code 39 as specified in MIL-STD-129. (c.) Additional marking and/or bar coding requirements exceeding those of MIL-STD-129 (e.g., unit serial numbers, original equipment manufacturers (OEM) name, or OEM model number, as specified on the AFMC Form 158. Instructions to Offerors : Offers shall note the lead time or approximate delivery date for items offered. Provide government with point of contact name and contact information, CAGE code, DUNS number, TIN. An Ombudsman has been appointed to address concerns from offerors or potential offerors not sufficiently addressed by the Contracting Officer. The Ombudsman does not diminish the authority of the Contracting Officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation or selection process. Interested parties are invited to call the Warner Robins ALC Ombudsman, Ms. Kim McDonald, WR-ALC/PKC, at (478) 222-1088. DO NOT CALL THIS NUMBER FOR SOLICITATION/INFORMATION REQUESTS. The following provisions and clauses will be incorporated by reference: 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.212-1 Instruction to Offerors Commercial Items NEW MANUFACTURED MATERIAL AND GOVERNMENT OR COMMERCIAL SURPLUS MATERIAL ACCEPTABLE New manufactured as defined as well as Government surplus or commercial surplus material as defined as (1) material, including commercial off-the shelf items manufactured for either Government or commercial use (e.g. production overrun quantities), which has never been sold to or accepted by the Government; or (2) material which would be considered "new Manufactured" except that it is not held by the actual manufacturer, the system contractor or subsidiary, successor, or distributor and as indicated below, will be considered to be acceptable in satisfaction of this requirement. The categories of surplus material and the Contract Line Item(s) to which this statement applies are: Item No(s): 0001 Category: New/Unused, New/Reconditioned (see AFMC Form 813, attached) PART NUMBER VERIFICATION: Items must be of the correct part number, (N212254-1), and must have been manufactured by (Raytheon). PRIOR GOVERNMENT OWNERSHIP OF ITEMS: Items that were previously owned by the Government must be evidenced by the item marking contained on the original shipping containers or name plate. 100 PERCENT END ITEM INSPECTION: A 100 percent end item inspection is required for (CLIN 0001). TEST AND VERIFICATION: Items shall be subjected to test and verification by subjecting items to all physical, verifiable dimensional and performance requirements of (12R5-2ARN6-2). VERIFIABLE DIMENSIONS: Items furnished must meet all dimensions which are verifiable without disassembly: (Design Activity: 06845; Raytheon's Drawing Number N212254). LOCATION OF INSPECTION TESTING: Destination ITEMS WILL BE TESTED FOR INITIAL ACCEPTANCE TEST WILL BE CONDUCTED USING THE FOLLOWING CRITERIA: Meet the requirement of TO 12R5-2ARN6-2. L-900 Government Surplus Material must be submitted with offers. (See attached) 52.212-2, Evaluation Commercial Items The Government will award a firm fixed price purchase order based on the lowest price technically acceptable LPTA to the Government. All offered items must meet the specifications of the proposed applicable item or the offer will be rejected as technically unacceptable. A technically acceptable offer is required to fully meet all the specifications. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis. PART NUMBER VERIFICATION: Items must be of the correct part number, (N212254-1), and must have been manufactured by (Raytheon). PRIOR GOVERNMENT OWNERSHIP OF ITEMS: Items that were previously owned by the Government must be evidenced by the item marking contained on the original shipping containers or name plate. 100 PERCENT END ITEM INSPECTION: A 100 percent end item inspection is required for (CLIN 0001). TEST AND VERIFICATION: Items shall be subjected to test and verification by subjecting items to all physical, verifiable dimensional and performance requirements of (12R5-2ARN6-2). VERIFIABLE DIMENSIONS: Items furnished must meet all dimensions which are verifiable without disassembly: (Design Activity: 06845; Raytheon's Drawing Number N212254). LOCATION OF INSPECTION TESTING: Destination ITEMS WILL BE TESTED FOR INITIAL ACCEPTANCE TEST WILL BE CONDUCTED USING THE FOLLOWING CRITERIA: Meet the requirement of TO 12R5-2ARN6-2. L-900 Government Surplus Material must be submitted with offers. (See attached) 52.212-3, Offerors Representations and Certifications Commercial Items An offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (k) of this provision. 252.212-7000, Offeror Representations and Certifications Commercial Items 52.212-4 Contract Terms and Conditions Commercial Items. Commercial Items, applies to this acquisition; addenda to the clause are not included. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. ADDENDUM to 52.212-4 52.247-34 FOB Destination Subsections (b)(11) through (b)(15) of the additional FAR clauses cited in the clause are applicable to the acquisition. A commercial warranty is requested. Items will be warranted free of defects in materials and workmanship for a period of 12 months from time of shipment from origin. A Defense Priorities and Allocations System (DPAS) DO code of A70 is applicable to this solicitation. FedBizOpps Reader's Guide note 26 is applicable to this solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8539-15-Q-00234/listing.html)
- Record
- SN03653363-W 20150228/150226235212-abea8f3a4b168a347ba48891e11513d2 (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 |