Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2009 FBO #2678
SOLICITATION NOTICE

70 -- SITE SURVEY HARDWARE - BRAND NAME JUSTIFICATION

Notice Date
3/25/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238
 
ZIP Code
32925-3238
 
Solicitation Number
F3KTK9054A001
 
Archive Date
4/17/2009
 
Point of Contact
Bonnie S. Pruett,, Phone: 321-494-5990, Thomas G Chadbourne,, Phone: (321) 494-4842
 
E-Mail Address
bonnie.pruett@patrick.af.mil, thomas.chadbourne@patrick.af.mil
 
Small Business Set-Aside
N/A
 
Description
BRAND NAME JUSTIFICATION LETTER Synopsis: Over 25K-100K Open Competition - Combined Synopsis/Solicitation - F3KTK9054A001 This is a combined synopsis/solicitation for commercial items prepared IAW the format in Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. This is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-31 and DFARs Change Notice (DCN) 20090115. NAICS is 334513 with a small business size standard of 750 employees. This acquisition full and open. The non-manufacturer rule applies as the manufacturer of the referenced NAICS is a large business. Award will be made to the lowest priced, technically acceptable offer. 45 CONS, Patrick Air Force Base, FL, 32925 is seeking to purchase Brand Name commercial items manufactured and designed by Trimble Navigation Limited, all with a quantity of one (1) each as follows: R8 GNSS Base Kit 450-470 MHz, Trimble PN: R8200-91-66; R8 GNSS Rover Kit 450-470 MHz, Trimble PN: R8201-51-66; TSC2 w/Survey Controller, Trimble PN: TSC216; HPB450 Radio Kit 450-470 MHz, Trimble PN: 56650-46-00; R6/R8 Transmit Upgrade 410-470 MHz, Trimble PN: 52426-00; Precise GPS 2m Tripod, Trimble PN: 5119-00-FLY; Bipod & Range Pole GPS Kit, Trimble PN: 55201-00; TSC2 GPS Accessory Kit TSC2 Pole Bracket & Lemo to 9-pin Data Cable, Trimble PN: 56044-00; HPB/Rover Power/Data Y Cable, Trimble PN: A-02195M; Phone Support - 1 year, Trimble PN: SUPP-PHNSPRT; Trade In, Trimble PN: SUPP-TRADEIN; Shipping costs. Requested Delivery: Thirty (30) days After Receipt of Order. Place of delivery, performance, and acceptance is FOB Destination, Patrick AFB, FL 32925 The following provisions and clauses apply: Offerors are required to submit with their quote enough information for the government to evaluate the minimum requirements detailed in this synopsis. CONTRACTORS MUST COMPLY WITH ONLINE REPRESENTATIONS & CERTIFICATION (ORCA) (JAN 2005); & DFARS 252.212-7000, REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (NOV 1995). TO REGISTER WITH CCR, GO TO URL: http://www.ccr.gov. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ORCA BECAME MANDATORY 01 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH CCR BY INTERNET URL: http://www.ccr.gov. Further Information on ORCA may be obtained from the ORCA Help Menu,. This help menu includes ORCA background information, frequently asked questions (FAQ), and the ORCA Handbook, 52.212-3 Alternate I, 52.225-4, 52.225-4 Alternate I, 52.222-22, 52.222-25, and 252.212-7000 with their offer. 52.252-1 -- Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Provision at 52.212-2 -- Evaluation -- Commercial Items. (Jan 1999) The Government will award a 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: (i) technical capability of the item offered to meet the Government requirement (ii) price 52.212-3 Offeror Representations and Certifications -- Commercial Items 52.212-3 Alt 1 Offeror Representations and Certifications -- Commercial Items 52.222-26 Equal Opportunity 252.225-7036 Buy American Act-Free Trade Agreements-Balance of Payments Program 252.247-7023 Transportation of Supplies by Sea (May 2002) 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 (DEV) Contract Terms and Conditions Required to Implement Statutes 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor---Cooperation with Authorities and Remedies. 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-50 Combat Trafficking 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer--Central 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 252.212-7001(DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7036 Buy American Act-Free Trade Agreements-Balance of Payments Program 252.232-7003 Electronic Submission of Payment Requests 252.247-7023 Transportation of Supplies by Sea (May 2002) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) 5352.201-9101 Ombudsmen Offers are due to 45 CONS/LGCB, 1201 Edward H. White II street, Patrick AFB, FL 32925 (ATTN: Bonnie Pruett @ 321-494-5900), no later than Close of Business (COB) 02 April 2009 at 3:00 p.m. EDT. Faxed transmissions of quotes are acceptable. Fax #: 321-494-5136 (please call and verify that I have received the fax) or e-mail bonnie.pruett@patrick.af.mil. Contracting Office Address: 1201 Edward H. White II Street Patrick AFB, Florida 32925-3237 United States Place of Performance: Patrick Air Force Base Patrick Air Force Base, Florida 32925 United States Primary Point of Contact.: Bonnie Pruett bonnie.pruett@patrick.af.mil Phone: 321-494-5990
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=faa7a521381681b7668a2735f0524f7d&tab=core&_cview=1)
 
Place of Performance
Address: PATRICK AIR FORCE BASE, FLORIDA, PATRICK AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN01777471-W 20090327/090325220051-faa7a521381681b7668a2735f0524f7d (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.