Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2006 FBO #1720
SOLICITATION NOTICE

70 -- Huntron Access Prober (99-3076) or Equal

Notice Date
8/10/2006
 
Notice Type
Solicitation Notice
 
NAICS
423490 — Other Professional Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Laughlin AFB Contracting Squadron, 171 Alabama Ave Bldg 7, Laughlin AFB, TX, 78843-5102
 
ZIP Code
78843-5102
 
Solicitation Number
F2RZB16192A100
 
Response Due
8/18/2006
 
Archive Date
9/2/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Requirements (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 written solicitation will not be issued. Solicitation number F2R2B16192A100 is hereby issued as a Request for Proposal (RFP) using FAR Subpart 13.1 Simplified Acquisition Procedures. Laughlin AFB, Texas intends to award a Firm-Fixed Price contract for the following requirement: CLIN 0001: (Huntron Part #99-0376 or equal) Access Prober is to accesorize an existing Huntron Protrak. The Prober is to efficiently gather data on a circuit board by taking measurements and automatic tests through a robotic probe head which navigates the board. To be delivered to Laughlin Air Force Base, TX 78843 no later than 30 Sep 2006. Shipping will be F.O.B. Destination. This acquisition is 100% Small Business Set-Aside and is under North American Industry Classification System code 423490 with a small business size standard of 500 employees. Please identify your business size in your response based upon this standard. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-10 effective 28 Jul 2006 FAC 2005-11 , Effective 05 Jun 2006, Class Deviation 2005-o0001, and the Defense Federal Acquisition Regulation Supplement (DFARS) Change Notice 20060711. It is the offeror?s responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions may be accessed via the Internet at website http://farsite.hill.af.mil. The following clauses and provisions are incorporated and are to remain in full force in any resultant purchase order: FAR 52.212-1, Instructions to Offerors-Commercial Items-(Jan 2006), and any addenda to the provision as listed in this notice; FAR 52.212-2, Evaluation-Commercial Items-(Jan 1999)(Best value to government considering lowest price, technical acceptance and other factors); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items-(Jun 2006) (Offeror must complete the representation and certifications and submit with offer. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov), Alternate 1, (Apr 2002); FAR 52.212-4, Contract Terms and Conditions-Commercial Items-(Sep 2005); ADDENDUM TO FAR 52.212-4 CONTRACT TERMS CONDITIONS - COMMERCIAL ITEMS (SEP 2005) Reference FAR 52.212-4, Paragraph (c) is hereby tailored as follows: (c) Changes. Changes in the terms and conditions of this contract maybe made only by written agreement of the parties. Administrative changes such as paying office, appropriation data, typographical errors, etc., may be changed unilaterally by the Government. FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items-(Jun 2006); FAR 52.219-6, Notice of Total Small Business Set-Aside-(Jun 2003); FAR 52.204-7, Central Contractor Registration (Oct 2003); FAR 52.211-6, Brand Name or Equal (Aug 1999); FAR 52.222-3, Convict Labor-(Jun 2003); FAR 52.222-19, Child Labor ? Cooperation with Authorities and Remedies, (Jan 2006); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Apr 2002); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans-(Dec 2001); FAR 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 and Other Eligible Veterans-(Dec 2001); FAR 52.225-13, Restriction on Certain Foreign Purchases, (Feb 2006); FAR 52.232-33; Payment by Electronic Funds Transfer-Central Contractor Registration-(Oct 2003); FAR 52.233-1 Disputes (July 2002); FAR 52.233-3, Protest After Award-(Aug 1996); FAR 52.233-4, Applicable Law for Breach of Contract Claim-(Oct 2004); FAR 52.247-34, F.O.B. Destination, (Nov 1991); FAR 52.252-1, Solicitaion Provisions Incorporated by Reference-(Feb 1998) (http://farsite.hill.af.mil); FAR 52.252-2, Clauses incorporated by Reference-(Feb 1998) (http://farsite.hill.af.mil); FAR 52.252-3 Alterations in Solicitation (Apr 1984); FAR 52.252-4 Alterations in Contract (Apr 1984); FAR 52.252-6 Authorized Deviations in Clauses is amended in paragraph (b) to add ?Department of Defense Federal Acquisition Regulation? Chapter 1-(Apr1984); FAR 52.253-1 Computer Generated Forms-(Jan 1991); DFARS 252.204-7003, Control of Government Personnel Work Product-(Apr 1992); DFARS 252.204-7004, Alternate A-(Nov 2003)(Used with FAR 52.204-7); DFARS 252.211-7003, Item Identification and Valuation-(Jun 2005); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items-(July 2006); DFARS 252.225-7035, Buy America Act ? Free Trade Agreements ? Balance of Payments Program Certificate, Alternate 1,(Jun 2006); DFARS 252.225-7036, Buy America Act ? Free Trade Agreement ? Balance of Payments Program, Alternate 1, (Jan 2005); DFARS 252.232-7003, Electronic Submission of Payment Requests-(May 2006); 252.232-7010 Levies on Contract Payments-(Sep 2005); DFARS 252.243-7001, Pricing of Contract Modifications-(Dec 1991); DFARS 252.247-7023 with Alt III, Transportation by sea (May 2002); AFFARS 5352.201-9101 Ombudsman (August 2005)(Business Operations Branch, AETC/A7KB, Carol A. Singleton, 2035 1st Street West, Ste1, Randolph AFB TX 78150-4304, phone (210)652-6900, facsimile (210) 652-4652, carol.singleton@randolph.af.mil.); In Accordance with DFARS 252.232-7003, Invoicing and payments must be made utilizing the Wide Area Work Flow (WAWF)- To register and submit invoice go to https://wawf.eb.mil. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. To view the provisions and clauses in full text, visit the web site: http://farsite.hill.af.mil. A Firm-Fixed Price purchase order will be issued in writing to the successful offeror. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the Central Contractor Registration. To register you may call 1-888-227-2423 or apply via the Internet at http://www.ccr.gov. The quote format is at the discretion of the offeror. Include FAR 52.212-3, Offer Representation and Certification with Offer. No telephonic responses will be processed. All responses must be received no later than 4:30 P.M., Central Standard Time on 18 Aug 2006. Please send any questions or quotes to 47 CONS/LGCA, ATTN: A1C Mercedes Cook, 171 Alabama Ave Bldg 7, Laughlin AFB, TX 78843. You may also call POC at (830) 298-4965, send a fax to (830) 298-4178, or e-mail Mercedes.cook@laughlin.af.mil . Alternate POC is MSgt Chris Trujillo and can be contacted at (830) 298-4862, or e-mail to chris.trujillo@laughlin.af.mil .
 
Place of Performance
Address: CORROSION CONTROL, 47 FTW/MXMA 280 IOWA AVE BLDG 50, LAUGHLIN AFB TX 78843, TEL: 830-298-5480
Zip Code: 78843
Country: UNITED STATES
 
Record
SN01111509-W 20060812/060810220918 (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.