Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2019 FBO #6500
SOLICITATION NOTICE

49 -- ABMS-10X Christie Charger Model RF80-M and support items - Single Source Justification

Notice Date
9/10/2019
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 911 CONF/LGC, 2375 Defense Avenue, Pittsburgh IAP-ARS, Pennsylvania, 15108-4495
 
ZIP Code
15108-4495
 
Solicitation Number
FA671219QA020
 
Point of Contact
Paul E. Davisson, Phone: 4124748124
 
E-Mail Address
paul.davisson@us.af.mil
(paul.davisson@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Single Source justification to procure items from Marvel Aero International This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted to FEDBIZOPPS. The RFQ number is FA671219QA020. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-100 and DFARS Change Notice 20180824. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/html/current/252201.htm. The NAICS code is 336413 and the Small Business Standard is 1,250 employees. THIS REQUIREMENT IS SOLE SOURCED TO MARVEL AERO INTERNATIONAL AS PER FAR 6.302-1, THEY ARE THE ONLY PROVIDER THIS EQUIPMENT. C-17 Air Force Technical Order 8D2-3-1 directs the use of this equipment (See attached Justification). Per FAR 5.207(c)(16)(i), All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. The deadline for submission of questions and/or quotes relating to this requirement is Thursday, September 20th at 4:00 p.m. E.S.T. Quotes/questions received after this deadline will not be accepted. Section B Schedule of Supplies: (Note: All qty's are "1") 0001: ABMS-10X COMPUTER WITH LOADED SOFTWARE 0002: RF80-M CHARGER CHRISTIE 0003: AB3K-M CIRCUIT TO BE INSTALLED IN RF80-M 0004: MA3000TS TEMPERATURE PLATE 0005: MA20-60M3-100 SPECIALIZED PLEXIGLAS ACRYLIC HOOD 0006: MA24DX CELL CLIP OFF MODULE, 1 OHM 3-WATT LOAD PER CELL IS APPLIED TO EACH BATTERY CELL 0007: FM262E NI-CAD BATTERY CELL WATERING DISPENSER AND RECORDING UNIT 0008: FM-RF01 WIRELESS TRASNMIT/RECEIVE UNIT FOR FILL MASTER 0009: TRAINING TRAINING, SETUP EVALUATION FACTORS: In accordance with FAR 52.212-2 - Evaluation -- Commercial Items (Jan 1999), the Government intends to issue a sole-source award to Action Target based on the attached justification. Should a responsible source submit a quote accepted by the government, evaluation factors will be published in an amendment to this notice.Section C FAR CLAUSES AND PROVISIONS 52.204-7, System for Award Maintenance 52.204-13, SAM Maintenance 52.212-1, Instructions to Offerors - Commercial Items 52.212-4, Contract Terms and Conditions - Commercial Items 52.252-2 Clauses Incorporated by Reference 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items as follows: - 52.204-10 - Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) - 52.219-28 - Post-Award Small Business Program Representation (Jul 2013) - 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) - 52.222-21, Prohibition of Segregated Facilities (Apr 2015) - 52.222-26, Equal Opportunity (Sep 2016) - 52.222-50, Combating Trafficking in Persons - 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) - 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) DFARS CLAUSES AND PROVISIONS 252.203-7000, Requirements Relating to Compensation of Former DoD Official 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7005, Representaion Relating to Compensation of Former DoD Officials 252.204-7015, Disclosure of Information to Litigation Support Contractors 252.211-7003 Item Identification and Valuation 252.225-7036, Buy American Act, Free Trade Agreements, Balance of Payments Program 252.232-7010, Levies on Contract Payments 252.232-7006, Wide Area Workflow Payment Instructions 252.244-7000, Subcontracts for Commercial Items AFFARS CLAUSES AFFARS 5352.223-9000 - Elimination of Use of Class I Ozone Depleting Substances (ODS) (Nov 2012) AFFARS 5352.201-9101 - Ombudsman (JUN 2016) Quoters are reminded to include a completed copy of 52.212-3 and it's ALT I if not updated in SAM. This announcement will close at 3:00PM EST on Wednesday, SEPTEMBER 25th, 2019. The Point of Contact for thissolicitation is Paul Davisson who can be reached at 412-474-8124 or email paul.davisson@us.af.mil. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed online at http://www.sam.gov/. Quotes shall be sent via email at paul.davisson@us.af.mil All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, Please note that the Government's terms for payment for this requirement are Net 30 Days AFTER acceptance of material. Each response must clearly indicate thecapability of the quoter to meet all specifications and requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/911AWLGC/FA671219QA020/listing.html)
 
Place of Performance
Address: Coraopolis, Pennsylvania, 15108, United States
Zip Code: 15108
 
Record
SN05438746-W 20190912/190910231239-08402f1431771b27765549124ec417e5 (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  © 1994-2020, Loren Data Corp.