SOLICITATION NOTICE
42 -- Pilot Mask Light Assembly Kit
- Notice Date
- 8/20/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of the Army, National Guard Bureau, 149 RW, 1493 Billy Mitchell Blvd, Lackland AFB, Texas, 78236-0123, United States
- ZIP Code
- 78236-0123
- Solicitation Number
- F9J1FG9218A001
- Archive Date
- 9/24/2009
- Point of Contact
- Roberto Pena, Phone: 210-925-7127, Michael R. Beltran, Phone: 210-925-7200
- E-Mail Address
-
roberto.pena@txkell.ang.af.mil, michael.beltran@txkell.ang.af.mil
(roberto.pena@txkell.ang.af.mil, michael.beltran@txkell.ang.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 #: F9J1FG9218A001 This combined synopsis/solicitation is issued as a Request For Quotes NAICS: 336413 This combined synopsis/solicitation is being issued as 100% Small Business Set-Aside. SBA Size Standard: 1,000 employees 149th Fighter Wing, LACKLAND AFB, TX. requires a contract for 26 EA, Mask Light Assembly Kit, Gentex P/N: G030-1500-01. THIS IS A BRAND NAME OR EQUAL REQUEST. All vendors proposing alternate items shall provide with their quote adequate descriptions and specifications of alternate items to substantiate the "or equal" designation. This is a firm fixed price type contract. The requirement will be solicited and evaluated under FAR 13.5 Simplified Acquisition Procedures. The following provisions and clauses (current through FAC 2005-32 effective 14 May 2009) are applicable to subject solicitation: FAR 52.204-7 - CCR, FAR 52.211-6 - Brand Name or Equal, FAR 52.212-1 - Instructions to Offerors, 52.212-3 - Offeror Representations and Certifications - Commercial Items, FAR 52.212-4 - Terms and Condition - Commercial, FAR 52.212-5 Dev - Statutes/Exec Orders, FAR 52.219-1 (Alt I) - Small Business Program Representation, FAR 52.219-6 - Notice of Total Small Business Set-Aside, FAR 52.219-28 - Post-Award Small Business Program Representation, FAR 52.222-3 - Convict Labor, FAR 52.222-19 - Child Labor, FAR 52.222-21 - Prohibit Segregated Facilities, FAR 52.222-22 - Previous Contracts and Compliance Reports, FAR 52.222-25 - Affirmative Action, FAR 52.222-26 - Equal Opportunity, 52.222-37 - Employment Reports on Special Disabled Veterans, FAR 52.225-13 - Restrictions on Foreign Purchase, FAR 52.232-1 - Payments, 52.232-33 - Payment by EFT - CCR, FAR 52.233-1 - Disputes, FAR 52.233-3 - Protest after Award, FAR 52.233-4 - Applicable Law for Breach of Contract Claim, FAR 52.243-1 - Changes - Fixed Price, FAR 52.247-34 - FOB Destination, FAR 52.249-1 - Termination for Convenience (Fixed Price), FAR 52.252-1 - Provisions Incorporated by Reference, FAR 52.252-2 - Clauses Incorporated by Reference, FAR 52.252-5 - Authorized Deviations in Provisions, FAR 52.252-6 - Authorized Deviations in Clauses, DFARS 252.204-7003 - Control of Government Personnel Work Product, DFARS 252.204-7004 Alt A - Required Central Contractor Registration, DFARS 252.212-7001 - Dev Terms and Conditions, DFARS 252.225-7000 - Buy America Act - Balance of Payments Program, DFARS 252.225-7002 - Qualifying Country Sources as Subcontractors, DFARS 252.232-7003 - Electronic Submission of Payment Requests, DFARS 252.232-7010 - Levies on Contract Payments, DFARS 252.243-7001 - Pricing of Contract Modifications, AFFARS 5353.201-9101 - Ombudsman IAW FAR 52.204-7and DFARS 252.207-7004 Alt A, prospective vendors must be registered in the CCR database prior to contract award. Lack of CCR registration shall be a determining factor for contract award. Prospective vendors should visit the CCR website at http://www.ccr.gov/Start.aspx to register. IAW FAR 52.212-3, Offeror Reps and Certs - An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision and must submit these paragraphs with their proposal. Contract award will be made to the responsive offeror whose offer will result in the best value to the government, with price and technical having equal weight and past performance as the second factor of consideration. All quotes shall include the following minimum information: Cage Code, Duns Number, Taxpayer I.D. No., Payment Terms, and/or Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, Email and Proposed Delivery Schedule. All offerors may submit a quotation which will be considered. Quotations may be emailed to Roberto.pena@txkell.ang.af.mil and Michael.beltran@txkell.ang.af.mil no later than 09 September 2009, 12:00 pm CST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA41-3/F9J1FG9218A001/listing.html)
- Place of Performance
- Address: Lackland AFB, Tx. 78236, San Antonio, Texas, 78236, United States
- Zip Code: 78236
- Zip Code: 78236
- Record
- SN01920490-W 20090822/090821001715-990e5219d698a55d5d853c83e8fa8b96 (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 |