SOLICITATION NOTICE
70 -- Ruggedized CGATM
- Notice Date
- 6/30/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- Department of the Air Force, Air Combat Command, AF ISR Agency Contracting Div, 102 Hall Blvd, Ste 258, San Antonio, Texas, 78243-7091, United States
- ZIP Code
- 78243-7091
- Solicitation Number
- F2MUEW8085A002
- Archive Date
- 7/17/2008
- Point of Contact
- Douglas E Pohlman, Phone: 210-977-6304
- E-Mail Address
-
douglas.pohlman@lackland.af.mil
- Small Business Set-Aside
- N/A
- Description
- The HQ AF ISR Agency, Contracting Flight at Lackland AFB (Kelly Annex), TX intends to award a Purchase Order to Northrop Grumman – TASC, Inc., 22635 Davis Dr., Sterling, VA 20164 on a SOLE SOURCE BASIS. This procurement is being conducted under the Simplified Acquisition Procedures (SAP) and 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: Two each (2) Ruggedized Commercial Joint Mapping Toolkit Geospatial Appliance (CGATM Rack Mount Part #CGAR-07), 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 2001-15. No installation required. The requirement is FOB Destination. Place of performance is 453rd EWS/EWA, 102 Hall Blvd Ste 336, San Antonio, TX 78243. Payment of invoices will be made by DFAS-LI. The estimated completion date of all requirements listed is 30 Sep 2008. 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), 52.232-33 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). 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 Air Force ISR Agency Contracting Flight not later than 3:00 PM, Central Time, 2 Jul 2008 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). Award will be made on or about 15 Jul 2008. Effective 1 Jun 98, contractors must be registered in the Central Contractor Registration (CCR) prior to receiving any contract award. 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 Douglas Pohlman (210) 977-6304, email douglas.pohlman@lackland.af.mil or the contracting officer, Cesar Llenza (210) 977-6145, email cesar.llenza@lackland.af.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c710a0570bed9f0a3acbbaa9399478f7&tab=core&_cview=1)
- Place of Performance
- Address: 453rd EWS/EWA, 102 Hall Blvd Ste 336, San Antonio, Texas, 78243, United States
- Zip Code: 78243
- Record
- SN01603909-W 20080702/080630215805-c710a0570bed9f0a3acbbaa9399478f7 (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 |