Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 18, 2017 FBO #5655
SOLICITATION NOTICE

16 -- AN/ASN-175 Cargo Utility Global Positioning System (GPS) Receivers (CUGRs) for use on the UH-1N helicopter

Notice Date
5/16/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
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
FA8524-17-R-0025
 
Archive Date
12/31/2017
 
Point of Contact
Lora Gaines, Phone: 4789260165, Howard Carroll, Phone: 4789260152
 
E-Mail Address
lora.gaines@us.af.mil, howard.carroll.1@us.af.mil
(lora.gaines@us.af.mil, howard.carroll.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 as supplemented additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is being conducted as a Request for Quotation (RFQ). This solicited under Other Than Full and Open Competition as per FAR Part 6.3. SMALL BUSINESS SIZE STANDARD: (a) NAICS: 811219 (b) Size Standard: $20.5 million This acquisition is to establish a firm-fixed price purchase effort for the repair of the AN/ASN-175 is an airborne navigational system that operates in conjunction with the Global Positioning System (GPS). (NSN: 5826-01-441-9797GA, PN: 82128-00), applicable to the UH-1N Helicopters. The AN/ASN-175 purchase effort will have a one-time basic repair: CLIN 0001, quantity of 49 units EA. Inspection and Acceptance will be at F.O.B. origin. DELIVERY: SW3119, DLA Distribution Warner Robins 455 Byron St., Bldg. 376, Robins AFB GA 31098-1887, or as specified Routine Delivery: The AN/ASN-175 - NSN: 5826-01-441-9797GA, PN 82128-00), -60 calendar days after receipt of order. SURGE and MICAP is 60 calendar days after receipt of contract/option modification. SURGE AND MICAP deliveries shall take precedence, and the delivery schedule shall be adjusted accordingly based on concurrence between the Procuring Contracting Officer (PCO), Administrative Contracting Officer (ACO), and the contractor. This is a sole source requirement to: FreeFlight Systems, 3700 Interstate 35, S Waco, TX 76706-3756 CAGE 1WAN0. Authority: 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1, Only One Responsible Source, and no other supplies or services will satisfy agency requirements. Data or rights are not owned by the Government for this solicitation. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. Request for Quotation (RFQ) should be submitted and shall contain the following information: RFQ NUMBER; TIME SPECIFIED FOR RECEIPT OF QUOTES; NAME, ADDRESS; TELEPHONE NUMBER OF QUOTER; ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if applicable). Signed quotes must indicate quantity, unit price and total amount for each item. QUOTES shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. Quote shall also contain all other documentation specified herein. PERIOD OF ACCEPTANCE OF OFFERORS: The quoter agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of quotes. LATE OFFERS: Request for Quotations or modification of quotes received at the address specified for the receipt of quotes after the exact time specified for receipt of offers WILL NOT be considered. EVALUATION/AWARD: IAW FAR 52.212.2, Evaluation-Commercial Items, the Government will award a purchase order to the offeror whose price is judged to represent the best value to the government. BRAND NAME OR EQUAL; EQUAL ITEMS IDENTIFIED SHOULD FURNISH ADEQUATE INFORMATION WITH THE QUOTE TO ENSURE THAT A DETERMINATION CAN BE MADE AS TO THE EQUALITY OF THE PRODUCTS REQUESTED. PLEASE PROVIDE WARRANTY INFORMATION. ALL OFFERORS MUST BE REGISTERED IN SYSTEM FOR AWARD MANAGEMENT (SAM) FORMERLY (CCR). Information concerning SAM requirements may be viewed via the internet at www.sam.gov or by calling the SAM Registration Centers at 866-606-8220. The System for Award Management (SAM) is a free web site that consolidates the capabilities you used to find in CCR/FedReg, ORCA, and EPLS. Future phases of SAM will add the capabilities of other systems used in Federal procurement and awards processes. QUOTERS MAY INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS WITH THEIR OFFER, which can be downloaded from the internet or requested in writing via facsimile at 229 at 478-222-5270. Quoters that fail to furnish the required representation information via submission or reject the terms and conditions of the solicitation may be excluded from consideration. The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil/; Federal Acquisition Regulation Table of Contents. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; Pursuant to FAR Clause 52.212-5 the following clauses are hereby incorporated by reference: FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.222-19, Child Labor FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity (E.O. 11246); FAR 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); FAR 52.225-1, Buy American Act-Supplies; FAR 52.225-13 Restriction on certain foreign Purchase; FAR 52.232-33, Payment by Electronic Funds Transfer; Applicable to Defense Acquisitions of Commercial Items: DFARS 252.204-7004 Alternate A, System for Award Management. DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.247-7023, Transportation of Supplies by Sea AFFARS 5352.201-9101, Ombudsman. For information regarding this RFP, please contact: Lora Gaines - lora.gaines@us.af.mil; CML 478.926.0165 Howard C Carroll - howard.carroll@us.af.mil; CML 478.926.0152 Quotation should be emailed to Lora Gaines - lora.gaines@us.af.mil) or Howard C Carroll howard.carroll.1@us.af.mil no later than Monday, 16 June 2017. The anticipated award is 30 June 2017. Please do not request award statues prior to this date. The USAF requests that you prepare and submit your offers electronically. Hard Copies will not be accepted. Email is the preferred method. If the proposal is not sent through Email, then please send 2 CD/DVDs through US Mail to the address above (attention: Lora Gaines/Howard Carroll).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8524-17-R-0025/listing.html)
 
Place of Performance
Address: FreeFlight Systems, 3700 Interstate 35, S WACO, Texas, 76706-3756, United States
Zip Code: 76706-3756
 
Record
SN04510560-W 20170518/170516234757-8e4ea4b44b1bb932bf6692f45d18c432 (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.