Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 16, 2005 FBO #1481
SOLICITATION NOTICE

J -- Repair of Communication Equipment

Notice Date
12/14/2005
 
Notice Type
Solicitation Notice
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Combat Command, HQ AIA, HQ AIA/LGCK 102 Hall Blvd, Ste 258, San Antonio, TX, 78243-7030
 
ZIP Code
78243-7030
 
Solicitation Number
F2MTL25334A100
 
Response Due
12/20/2005
 
Archive Date
1/4/2006
 
Description
The HQ Air Intelligence Agency Contracting Flight at Lackland AFB (Kelly Annex), TX intends to award a Purchase Order to Thales Communications, 160 Boulevard De Valmy BP 82, Columbes France, 92704 on a SOLE SOURCE BASIS. This procurement is being conducted under the Other Than Full and Open Competition in accordance with (10 U.S.C. 2304 (c) (1)) (SOLE SOURCE) FAR 6.302-1(a)(2)(i). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented, with additional information included in this notice: REQUIREMENT: Repair of TRC8000 equipment which includes the repair of the following items: QSHARC-CARA?BE module (1ea); cables (2ea) and RF2000VU modules (4ea). This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2005-06. No installation required. The requirement is FOB Destination. Place of Performance will be 1301 Billy Mitchell Blvd, Bldg 1004, Ste 1, San Antonio, TX 78243. The equipment will be shipped to your location with return shipment included. The following FAR clauses and provisions apply to this requirement which can be viewed through Internet access at the AF FAR Site, http://farsite.hill.af.mil. 52.212-1, Instructions to Offerors - Commercial Items (JUL 2003), 52.212-2-Evaluation of Commercial Items (JAN 1999), 52.212-3, Offeror Representations and Certifications- Commercial Items, (JUN 2003), 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2002); FAR 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders - Commercial Items (DEVIATION) (MAY 2002); as do the following FAR clauses cited therein: 52.222-26, Equal Opportunity (APR 2002); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (DEC 2001); 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (DEC 2001), 52.225-3 Buy American Act-Supplies (JUN 2003), 52.225-8 Duty-Free Entry (FEB 2000), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (MAY 1999), 52.233-3 Protest After Award (AUG 1996) and 52.252-2 Clauses Incorporated by Reference (FEB 1998). 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2003), DFARS 252.225-7001; Buy American Act and Balance Payment Program (APR 2003); 252.204-7004, Required Central Contractor Registration (NOV 2001); 252.225-7013 Duty-Free Entry (JUN 2005). FIRMS THAT RECOGNIZE AND CAN PROVIDE THE REQUIREMENT DESCRIBED ABOVE ARE ENCOURAGED TO IDENTIFY THEMSELVES AND PROVIDE THE SUPPORTING EVIDENCE DESCRIBED HEREIN. OFFERORS, OTHER THAN BRAND NAME, ARE ENCOURAGED TO SUBMIT COMMERCIAL LITERATURE DESCRIBING THEIR OPERATIONS. OFFERORS MUST PROVIDE INFORMATION ON THEIR PAST PERFORMANCE TO INCLUDE CONTRACT OR ORDER NUMBERS, REFERENCES (NAMES) AND PHONE NUMBERS. OFFERORS MUST ALSO SUBMIT A TECHNICAL PROPOSAL DESCRIBING HOW THEIR PRODUCT(S) MEETS THE REQUIREMENT OUTLINED ABOVE. THE GOVERNMENT WILL MAKE AN AWARD TO THE RESPONSIBLE OFFEROR WHOSE OFFER CONFORMS TO THIS REQUIREMENT AND IS CONSIDERED TECHNICALLY ACCEPTABLE, CONSIDERING PRICE AND PAST PERFORMANCE, AS FOLLOWS: 1) A DECISION ON THE TECHNICAL ACCEPTABILITY SHALL BE MADE. ONLY THOSE OFFERORS DETERMINED TO BE TECHNICALLY ACCEPTABLE WILL BE CONSIDERED FOR AWARD. 2) ALL TECHNICALLY ACCEPTABLE OFFERORS WILL THEN BE RANKED BY EVALUATED PRICE. AWARD WILL BE MADE TO THE OFFEROR WHOSE OFFER REPRESENTS THE BEST VALUE FOR THE GOVERNMENT. ALL RESPONSES RECEIVED BY THE DUE DATE WILL BE CONSIDERED BY THE GOVERNMENT. Offers are due at the HQ Air Intelligence Agency Contracting Flight not later than 2:00 PM, Central Time, 20 Dec 05 and should reference the Solicitation listed above. OFFERORS MUST INCLUDE WITH THEIR PROPOSAL A COMPLETED COPY OF THE PROVISION 52.212-3, OFFERORS REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (Jun 2003)(U.S. Vendors Only). Effective 1 Jun 98, contractors must be registered in the Central Contractor Registration (CCR) prior to receiving any contract award and as of 1 Oct 04, contractors must be registered in ORCA at http://www.bpn.gov (U.S. Vendors Only). You can register in the CCR by calling 1-888-227-2423, or via the Internet at http://www.ccr.gov/. All responsible sources may submit an offer, which, if timely received, will be considered by this office. For more information contact Clifton Wells at (210) 977-6174 or email clifton.wells@lackland.af.mil.
 
Place of Performance
Address: 1301 Billy Mitchell Blvd, Bldg 1004, Ste 1,, San Antonio, TX
Zip Code: 78243
Country: USA
 
Record
SN00952041-W 20051216/051214212006 (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.