Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2009 FBO #2662
SOLICITATION NOTICE

99 -- 117G Batteries for BAO Kit Increment 1 - Model Contract

Notice Date
3/9/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335311 — Power, Distribution, and Specialty Transformer Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
FA8629-09-R-2424
 
Archive Date
4/11/2009
 
Point of Contact
Nancy G. Leggett,, Phone: (937) 255-1696
 
E-Mail Address
nancy.leggett@wpafb.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Specification Sheet Model Contract Combined Synopsis/Request for Proposal 117G Batteries for BAO Kit Increment 1 1. The Aeronautical Systems Center (ASC) is soliciting proposals and initial purchase of ten (10) and up to thirteen hundred (1300) 117G batteries as part of the BAO Kit increment I. This project is part of the broader Battlefield Airmen program, currently addressing requirements for combat control/special tactics and pararescue. This combined synopsis/solicitation for commercial items was prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. Solicitation FA8629-09-R-2424 is issued as a Request for Proposal (RFP) using the streamlined procedures for evaluation of commercial items as outlined in FAR 12.6. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24. The acquisition will be processed as a small business set aside. The associated NAICS code is 335311. 2. Respondents to this Request for Proposal (RFP) should submit a fact sheet and a bid for ten (10) each of the 117G batteries with the attributes listed on Attachment 1 to this RFP package. Each battery shall include the standard available warranty. Please state what is included in the standard warranty. In addition, please state if higher level warranties are available, what they entail, and the costs associated with those warranties. In the event that this office determines to purchase a higher level warranty, that warranty will be included as a separate CLIN in the contract. 3. In addition, we are soliciting a quote for an additional buy of up to 1300 117G batteries. These will be purchased as funding becomes available. Therefore, all offerors shall propose any quantity discount(s) available, and what the minimum order is to receive any quantity discount. 4. In addition, the Government may also be interested in procuring a battery charger to be used with the 117G battery. The charger specification is also listed in the specification sheet attached to the model contract. At the present, this is only an option which the Government will evaluate, but may or may not purchase at the present time. The total number for the charger option will be 650. Please include all possible quantity discounts with the cost of this option. 5. The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The provision at FAR 52.212-2, Evaluation - Commercial Items, is incorporated and the Government intends to award a contract resulting from this solicitation to that responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. As indicated on the attached Standard Form 1449, award will be made on the basis of a simplified trade-off. In this instance, technical selection criteria will be of greater importance than cost. The Government will also evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s) and general statements that the offeror can or will comply with the requirements, that standard procedures will be used, that well-known techniques will be used, or paraphrases of the RFP specification in whole or in part will not constitute compliance with this requirement concerning the content of the technical requirement. Offerors shall complete and submit with each proposal FAR 52.212-3 Offeror Representations and Certifications - Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items. 6. Two (2) paper copies should be submitted to the address listed in paragraph 7 below. Paper copies must be clearly labeled "Proprietary/Competition Sensitive Information" on the cover sheets and in close proximity to this type of information, on each applicable page. Proprietary/Competition Sensitive information will be protected from disclosure. E-mail copies of the paper submittal will be accepted. 7. First delivery of ten (10) batteries is scheduled for three (3) weeks after the contract is awarded. The place of delivery is listed in the model contract attached hereto. The contractor shall propose a delivery schedule for the remainder of the batteries. 8. Responses and prototypes shall be received no later than 27 March 2009. Paper/e-mail submittals should be sent to 670 AESS/PK, Attn: Nancy Leggett, 1895 Fifth Street, Bldg 46, Wright-Patterson AFB OH 45433-7200. E-mail address is nancy.leggett@wpafb.af.mil. Telephone is 937-255-1696.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9e639fe03fe1e2fda4898519cef086e9&tab=core&_cview=1)
 
Place of Performance
Address: Aeronautical Systems Center, 1895 Fifth Street, WPAFB OH 45433-7200, WPAFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN01764675-W 20090311/090310132225-9e639fe03fe1e2fda4898519cef086e9 (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.