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

60 -- Fiber Optic Transmitter

Notice Date
5/16/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 325 CONS, 501 Airey Ave, Tyndall AFB, Florida, 32403-5549, United States
 
ZIP Code
32403-5549
 
Solicitation Number
FA4819-17-Q-3041
 
Archive Date
6/8/2017
 
Point of Contact
MarkAngelo R. Lugar, Phone: 8502832938
 
E-Mail Address
mark_angelo.lugar.1@us.af.mil
(mark_angelo.lugar.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Request for Quote: FA4819-17-Q-3041 **This is a Brand Name solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate Request for Proposal (RFP) will not be issued. The solicitation number is FA4819-17-Q-3041 and is issued as a Request for Quotation (RFQ). This combined synopsis/solicitation incorporates provisions and clauses including those in effect through Federal Acquisition Circular 2005-95 and DFARS change notice 20161222. The North American Industry Classification System (NAICS) code is 334290 and the size standard is 750 employees. This is a requirement for Fiber Optic Transmitter as indicated below. Fiber Optic Transmitter (The quote shall be effective for 30 days after submission of quote) Please respond to this RFQ by filling out this form and emailing response to: AMN MarkAngelo Lugar at E-mail: mark_angelo.lugar.1@us.af.mil no later than 01:00pm CST, 24 May 2017 - Wednesday (or sooner if possible) in order to be considered timely. Please carefully review all special notes, instructions, clauses, and provisions contained herein to ensure compliance. Some provisions listed below require offerors to provide information in order for their response to this solicitation to be considered complete. Any quote, modification, revision, or withdrawal of a quote received after the exact time specified above shall be determined as late and will not be considered unless ALL of the following conditions are met: input is received before award is made; the Contracting Officer determines that accepting the late quote would not unduly delay the acquisition; and it was the only quote received. Please contact AMN MarkAngelo Lugar with additional questions at the above noted email address or call (850) 283-2938. ITEM DESCRIPTION BRAND NAME 0001 Fiber Optic Transmitter P/N: LBT-10M3G-25-15-M14 Manufacturer: Narda-Miteq QTY. 2 Unit. EA Unit Price: ____________ TOTAL: ____________ PLEASE REVIEW/PROVIDE ALL INFORMATION BELOW: Shipping/Transportation will be FOB: DESTINATION Pricing Quoted: (GSA, Open Market Only, etc.) ______________________________________ Payment Terms: Delivery Date: Company Name: DUNS #: Required Cage Code Number: POC: Telephone #: Address: : E-Mail Address: Tax ID #: Warranty Information: Do you have the capacity to invoice electronically (invoicing through WAWF)? SPECIAL NOTES AND INSTRUCTIONS: 1. This is a notice that this order is a total small business set-aside concerns holding NAICS Code 334290 and the size standard is 750 EMP. Only quotes submitted by small business concerns will be accepted by the Government. Any quote that is submitted by a contractor that is not a small business concern will not be considered for award. 2. Basis for Award. 325 CONS/LGCAC will issue a purchase order to the vendor who is determined to offer the best value to the Government. Failure to acknowledge Amendments may result in your quote not being considered for award. 3. Best Value Determination. The Government will conduct a complete price analysis on the Lowest Priced Technically Acceptable offer, to determine if proposed prices are reasonable and balanced. All proposed prices for all contract periods will be evaluated for reasonableness, which may be determined based on prices submitted by competition, historical pricing, current market conditions, comparison to the Independent Government Estimate, and/or other proposal analysis techniques. The Government may require submission of information other than cost or pricing data to the extent necessary to evaluate price reasonableness. Technical acceptability will be determined by an evaluation of the quoted requirements that meet the criteria contained in the solicitation. If the lowest priced submission does not meet the technical criteria described within the solicitation, the government reserves the right to evaluate the next lowest priced submissions until it has determined a technically acceptable submission. The evaluation will stop at the point when the government determines an offeror to be technically acceptable with the lowest evaluated price; that offer will represent the best value. Contingent upon a determination of contractor responsibility, award will be made to that offeror without further evaluation of other offers. Award will be made to the responsible vendor whose quote is the lowest evaluated price among technically acceptable quotes. 4. Discussions. The government intends to award a purchase order without discussions with respective vendors/quoters. The government, however, reserves the right to conduct discussions if deemed in its best interests. 5. Mandatory Registrations. To be eligible for award, registration with the System for Award Management (SAM) must be current (legacy for On-line Registration and Certifications Application (ORCA) and Central Contractor Registration (CCR) registrations). To register or update former CCR and Reps & Certs that are not current, to https://www.sam.gov/portal/public/SAM/ and provide mandatory information. 6. Delivery/Assembly: The items must be fully assembled and ready for use upon delivery. 7. Brand Name. This is a Brand Name requirement. Details of the requesting product to fulfill requirement must be met. 8. The following FAR/DFARS provisions and clauses are applicable to this solicitation: (For full text references, go to www.arnet.gov or http://farsite.hill.af.mil.)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/228e07da0d71fd970c56e4d3da6f1f90)
 
Place of Performance
Address: Tyndall AFB, Panama City, Florida, 32403, United States
Zip Code: 32403
 
Record
SN04511142-W 20170518/170516235247-228e07da0d71fd970c56e4d3da6f1f90 (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.