SOLICITATION NOTICE
58 -- Weather Observation System
- Notice Date
- 9/2/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device 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
- F9J1DT9180A001
- Archive Date
- 10/2/2009
- Point of Contact
- Michael R. Beltran, Phone: 210-925-7200
- E-Mail Address
-
michael.beltran@txkell.ang.af.mil
(michael.beltran@txkell.ang.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared IAW the format in 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 requirement will be issued as a Request for Quotations (RFQ), reference number F9J1DT9180A001. Submit written offers only, oral offers will not be accepted. This is a Brand Name or Equal Acquisition. Award determination will be made to the lowest priced, technically acceptable offer both having equal weight. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36 and through Department of Defense Acquisition Regulation Change Notice 20090825. It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil. This procurement is unrestricted and open to both large and small businesses. North American Industrial Classification Standard: 334519; Small Business Size Standard: 500 employees. The offeror shall provide all equipment, tools, materials, supplies, personnel, labor and supervision necessary to support the installation of Automated Weather Observing System. The offeror shall provide one each Vaisala (or equal) Automated Weather Observing System, AWOS-III PT. This system includes the following : 1 - Dual Barometric Pressure Sensor; 1 - Temp/Dew Point Sensor; 1 - Wind Direction Sensor; 1 - Wind Speed Sensor; 1 - Visibility/Present Weather Sensor; 1 - Ceilometer; 1 - SA20 Thunderstorm Sensor; 1 - AWOS Equipment Frame; 1 - 10M Rohn Tower; 1 - WYSE/Wireline NADIN Interface; 1 - AviMet Display w/17" Flat Screen Monitor and Printer Cable; 1 - Scanner; 1 - Printer; Freight Charges; AWOS-III PT Manual; Operations/Maintenance/Installation Manual; Sensor Peripheral Manual; Log Book Also Included: One Each - Precipitation Accumulation Sensor (Tipping Bucket) One Each - VHF Outdoor Radio One Each - UPS Battery Back-Up to include: Outdoor UPS and 1kW Power Supply One Each - Spare Parts to include: Suppressor Board, Aspirated Fan Assembly, 16644WA Bearing/Gasket Set, Obstruction Light Bulbs (2) and Printer Ribbon One Each - AWOS Test Equipment to include: AWOS Pressure Standard,Visibility Calibrator, and Humidity and Temperature Indicator One Each - AviMet Data Link Maintenance Agreement Training (contractor shall provide operational/user training with site personnel) System Installation The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and technical factors having equal weight. If quoting an equal, offeror is required to provide product technical specifications along with their quotation. This requirement is subject to FAR 52.232-18-Availability of Funds. Award shall be based on All or None and Best Value to the Government. Best value can include but is not limited to price, technical capability and delivery. *Notice to Offerors*: Funds are not presently available for this project. No award will be made under this solicitation until funds are available. The government reserves the right to cancel this solicitation, either before or after the closing date. The following provisions and clauses apply to this acquisition: 52.204-7 CENTRAL CONTRACTOR REGISTRATION (OCT 2003), DFARS 252.204-7004, ALTERNATE A (NOV 2003); ONLINE REPRESENTATIONS & CERTIFICATION (ORCA) (JAN 2005); & DFARS 252.212-7000, REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (NOV 1995). TO REGISTER WITH CCR, GO TO URL: https://www.ccr.dlsc.dla.mil/. 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. 52.252-2 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. 52.211-6 Brand Name or Equal 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. 52.212-3 Offeror Representations and Certifications -- Commercial Items 52.219-8 Utilization of Small Business Concerns 52.222-22 Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance 252.212-7000 Offeror Representations and Certifications--Commercial Items 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes 52.219-28 Post-Award Small Business Program Representation (June 2007) 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 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-50 Combating Trafficking in Persons (Aug 2007) 52.225-3 Buy American Act -- North American Free Trade Agreement 52.225-3 Alternate I 52.225-13 Restrictions on Certain Foreign Purchases 52.225-33 Payment by Electronic Funds Transfer--Central Contractor Registration 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 252.211-7003 Unique Item Identification 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7001 Buy American Act, Balance of Payment Program 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies 252.247-7023 Transportation of Supplies by Sea 252.247-7023 Alternate III (May 2002) 5352.201-9101 Ombudsmen 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) Offers are due NLT September 17, 2009, 12:00 PM CST. Request offers via e-mail to Michael.beltran@txkell.ang.af.mil. Facsimile offers will not be accepted unless offeror doesn't have capability to transmit via e-mail. Primary Point of Contact.: SMSgt Michael R. Beltran Michael.beltran@txkell.ang.af.mil Phone: (210) 925-7200 Fax: (210) 925-6104 Contracting Office Address: 1493 Billy Mitchell Blvd, Bldg 968 Lackland AFB, Texas 78236-0123 Delivery 60 Days after Receipt of Award. Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA41-3/F9J1DT9180A001/listing.html)
- Place of Performance
- Address: 1493 Billy Mitchell Blvd, Bldg 968, Lackland AFB, Texas, 78236-0123, United States
- Zip Code: 78236-0123
- Zip Code: 78236-0123
- Record
- SN01937429-W 20090904/090903000413-5878452ddbb2066dac58db7d0014bb57 (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 |