SOLICITATION NOTICE
59 -- Automatic Transfer Switch
- Notice Date
- 1/5/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Air Force, Air Combat Command, 1st CONS, 74 Nealy Avenue, Suite 100, Langley AFB, VA, 23665
- ZIP Code
- 23665
- Solicitation Number
- FA4800-04-T-0005
- Response Due
- 1/20/2004
- Point of Contact
- Patricia Skutnik, Contract Specialist, Phone 757-764-7483, Fax 757-764-7447, - Christin Lockhart, Contracting Officer, Phone 757-764-2241, Fax 757-764-7447,
- E-Mail Address
-
patricia.skutnik@langley.af.mil, christin.lockhart@langley.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. (ii) Solicitation FQ1CES33120300 is issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures found in FAR Part 13. Written documentation will not be issued for this quote. (iii) This solicitation document and incorporated provisions and clauses are those that are in effect through Federal Acquisition Circular 2001-16. It is the contractor?s responsibility to be familiar with applicable clauses and provisions. (iv) It is anticipated that this acquisition will be 100% small business set-aside. The NAICS code is 335313 with a small business size standard of 750 employees. (v) The contractor shall provide direct replacement of one GE/Zenith 1200A 3P 277/480V, NEMA 3R enclosed Bypass Isolation/Closed Transition Automatic Transfer Switch (ATS). The switch must have the Langley Air Force Base special part number ZBTSCTB120ES-7LAFB03 with special doublewide enclosure. The unit must be identical to serial #31320287.1.1. The enclosure must also be painted Langley brown. The contractor shall provide a service technician must be provided at the site for one 8-hour day after installation by government personnel. The technician will provide startup and training services. (vi) N/A. (vii) The estimated date of delivery/installation will be 16 February 2004; FOB Destination. Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control. (viii) The provision at FAR 52.212-1, Instructions to Offerors ? Commercial, applies to this acquisition. (ix) The Government will award a firm fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: a.) price, technical capability of the item offered to meet the Government requirement. (x) Offerors are reminded to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items and 252.212-7000, Offeror Representations and Certifications Commercial Items and contractors quoted price list with its offer. (xi) Clause 52.212-4, Contract Terms and Conditions ? Commercial Items, is hereby incorporated by reference. (xii) Clause 52.212-5 (Deviation) Contract Terms and conditions Required to Implement Statutes or Executive Orders ? Commercial Items, 52.222-3 Convict Labor, 52.233-3 Protest After Award, 52.232-33 Payment by Electronics Funds Transfer ? Central Contractor Registration, 52.247-34 F.O.B Destination, 52.252-2 Clauses Incorporated by Reference, 52.252-6 Authorized Deviation in Clauses, 252.204-7004 Required Central Contractor Registration, 52.253-1 Computer Generated Forms, 52.225-1 Buy American Act-Balance of Payments Program -?Suppies, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.222-21 Prohibition of Segregated Facilities, 52.222-22 Previous Contracts and compliance Reports are hereby incorporated by reference, 252-232-7003 Electronic Submission of Payment Requests, 252-246-7000 Material Inspection and Receiving Report. (xiii) N/A (xiv) N/A (xv) N/A (xvi) This office encourages electronic submittal via e-mail or fax. Offers may be faxed to 1 CONS/LGCB at (757) 764-7447, or e-mailed to patricia.skutnik@langley.af.mil. All offers are due by 3:00 PM EST, 20 January 2004. (xvii) For further information regarding this solicitation, contact 2d Lt Patricia Skutnik, Contract Administrator @ phone (757) 764-4915 or mailing address 1 CONS/LGCB, 74 Nealy Ave., Langley AFB, VA 23665. Collect calls will not be accepted.
- Place of Performance
- Address: Langley AFB, VA
- Zip Code: 23665
- Country: USA
- Zip Code: 23665
- Record
- SN00498331-W 20040107/040105211646 (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 |