SOLICITATION NOTICE
58 -- ELMOS for Operators
- Notice Date
- 4/21/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, NV, 89191-7063
- ZIP Code
- 89191-7063
- Solicitation Number
- F26600-03-Q-B026
- Point of Contact
- Anthony Mele, Contract Specialist, Phone 702-652-9578, Fax 702-652-5405,
- E-Mail Address
-
anthony.mele@nellis.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis and 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. The solicitation number for this procurement is F26600-03-Q-B026 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2001-13, Defense Acquisition Circular (DAC) 91-13 and Air Force Acquisition Circular (AFAC) 2003-0402. For informational purposes The Standard Industrial Classification Code is 3812. The North American Industry Classification System is 334511. The procurement is 100% small business set aside. BID SCHEDULE shall be for five items. CLIN 0001: 6 each; SAMM LTP 5N Kneeboard Moving map with Direct Sunlight Readable LCD (500 nits), Dimming Control (0 lighting to full). CLIN 0002: 6 each; SAMM Tactical Workstation. CLIN 0003: 6 each; SAMM DKCN Rugged SAMM Kneeboard carrying case w/ night vision filter and spare pens. CLIN 0004: 8 each; FPC-LT5BATT Battery Pack. CLIN 0005: 3 each; FPC-LTCHARGER Battery Charger. All part numbers are from GSCS Inc. Vendors wishing to quote on an OR EQUAL product must provide descriptive literature and specifications. FOB: Destination. 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 OFFERS; NAME, ADDRESS; TELEPHONE NUMBER OF OFFEROR; TERMS OF THE EXPRESSED WARRANTY; PRICE, ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if applicable). Quote shall also contain all other documentation specified herein. Signed quotes must indicate CLIN number, quantity, unit price, and total amount for each item. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. PERIOD OF ACCEPTANCE OF OFFERORS: The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. LATE OFFERS: Request for Quotations or modification of quotes received at the address specified for the receipt of offers 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 resulting from this solicitation to the responsive responsible low offeror or the offer representing the best value when compared to any lower price quotation or offer. All offerors MUST BE CENTRAL CONTRACTOR REGISTERED (CCR). Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. OFFERORS SHALL INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, WITH THEIR OFFER, which will be attached to this solicitation. Offerors that fail to furnish the required representation information 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 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation). 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 52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C. 793), FAR 52.222-37, Employment Reports on Special Disable Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), FAR 52.225-1, Buy American Act-Balance of Payments Program Supplies, FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment. The Defense Priorities and Allocations System (DPAS) rating is C9E. RESPONSE TIME: REQUEST FOR QUOTATION WILL BE ACCEPTED AT THE 99 CONTRACTING SQUADRON LOCATED AT 5865 SWAAB BLVD, NELLIS AFB NV 89191 NO LATER THAN 2:00 P.M. PST ON 05 MAY 2003. ALL QUOTES SHALL BE MARKED WITH REQUEST FOR QUOTATION NUMBER, DATE & TIME, AND REQUEST FOR QUOTATION (RFQ) TITLE ON THE OUTSIDE OF THE ENVELOPE. FACSIMILE OR EMAIL OFFERS WILL BE ACCEPTED. The point of contact for this solicitation is Lt Anthony Mele (anthony.mele@nellis.af.mil), phone: 702-652-9578, FAX: 702-652-5405.
- Record
- SN00308345-W 20030423/030421213352 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |