Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2009 FBO #2841
SOLICITATION NOTICE

59 -- FLOOD LIGHTS

Notice Date
9/2/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423610 — Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers
 
Contracting Office
134 ARW, McGhee Tyson ANG Base, McGhee Tyson ANG Base, TN 37777
 
ZIP Code
37777
 
Solicitation Number
W912L7-09-T-0069
 
Response Due
9/4/2009
 
Archive Date
11/3/2009
 
Point of Contact
richard.lusby, 865-985-3353
 
E-Mail Address
134 ARW
(richard.lusby@ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
I) 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. (II) Solicitation W912L7-09-T-0069 is being issued as a Request for Quotation. (III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-36. (IV) This acquisition is being set-aside for small business concerns. The associated NAICS code for this acquisition is 423610, small business size standard is 100. (V) COMMERCIAL ITEM DESCRIPTION: CLIN 0001- Quantity 41 each ESCO FL1341AAB FL Series arm mounted, shoebox style outdoor area floodlight w/ Sylvania induction lamp and ballast System. Phillips induction systems will not be accepted. Housing: Die cast aluminum with internal rib design; built-in hinge. Finished architectural(dark) bronze. Door Assembly: Die cast aluminum, clear tempered lens, silicone caulked to frame plus eight hold down clips, integral silicone door frame gasket to complete lifetime seal. Finished architectural(dark) bronze. Reflector: One-piece semi-specular aluminum. Ballast: Sylvania Icetron induction high frequency electronic ballast 70 watt 120V. Lamp: Sylvania Icetron induction electrode-less fluorescent lamp with average rated life of 100,000 hours, rare earth phosphor, 4100k color temperature, 80 CRI Arm Mount: 6 inch long extruded aluminum arm with gasketing for pole and fixture. Finish: Architectural(dark) bronze (AB), detergent cleaned with iron phosphate and chromic acid rust inhibitor, chip resistant powder urethane polyester coating, electrostatic applied and baked. Labels: I.B.E.W., ETL / CETL listed. Suitable for wet location. CLIN 0002 Quantity 41 each - USA Architectural Standard Pole SNTS12-4-11-1-DBM 4 inch square straight steel, 12 foot height, 9 inch bolt circle, single fixture drill mount, dark bronze finish. Shaft: 4 inch square, fabricated from high grade structural steel tube. Shaft conforms to ASTM-A-501-68 specifications. Meets or exceeds minimum yield strength of 46,000 P.S.I. Wall thickness 11 GA. (.120 Wall). Reinforced hand hole is furnished with cover. Shaft is furnished with ground lug located inside pole on wall opposite hand hole. Base Plate: Fabricated from structural quality hot rolled steel. Meets or exceeds minimum yield strength of 36,000 P.S.I. Base telescopes and is circumferentially welded to pole shaft. Slotted bolt holes provide 1 inch flexibility on either side of bolt circle centerline. Base Cover: Fabricated from heavy gauge quality carbon steel. Two piece cover conceals base. Finish: Polyester powder coat. The metal surface is pretreated by sand blast process for maximum paint adhesion. Electrostatically applied polyester powder topcoat is baked at 400 degrees temperature for maximum hardness and exterior durability. CLIN 0003 Quantity 36 each - Leviton Outdoor Motion Sensor PS-200-10W Sensor Type: PIR Adjustment: Manual Sensor Technology: Passive Infrared Pattern Degrees: 200 Coverage Range Sq. Ft.: 4000 Time Adjustment: 20s-15m Load Rating: 1000W 500VA Voltage: 120 Volt AC 60Hz Photo Cell: Ambient Override ON Protection: Surge Protected Color: White Standards and Certifications: UL/CSA Warranty: 5-Year Limited NOTE: If quoting equal item, your proposal must contain the make, model and part number along with the name of the manufacturer and enough information for the Government to make an or equal determination. Failure to include sufficient information may result in no further consideration of your quote. Offeror may, at the discretion of the Government, be asked to provide more information and clarification regarding their or equal offer/quote. Request for such information does not constitute discussions. (VII) Place of Delivery: McGhee Tyson ANG Base, Louisville, TN 37777, FOB POINT IS DESTINATION. (VIII) The following provisions in their latest editions apply to this solicitation: FAR 52.212-1, Instructions to Offerors, Commercial Items. (IX) The FAR provision 52.212-2, Evaluation -- Commercial Items, also applies to this acquisition The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government, price and other factors considered. Factors that shall be used to evaluate offers are (i) technical capability of the item offered to meet the Government requirement and (ii) price. Technical is considered to be equally important to price. The contracting officer will award to the offeror whose offer represents best overall value to the Government, which may or may not be the lowest priced offer. The Government intends to evaluate offers and make award without discussions. However, the Government reserves the right to hold discussions if it is in the best interest of the Government to do so. Technical capability will be rated as pass or fail. Quotes must provide information on price, delivery, Tax ID number, Cage Code and DUNS number. Additionally, your company must be registered in the CCR System as well as registered and have completed the online Reps and Certs at the following website: http://orca.bpn.gov. (X) FAR 52.212-3 (Alt 1), Offerors Representations and Certifications, Commercial Items. Offerors shall include a completed copy as part of their quote. A copy of the Offerors Representations and Certifications may be obtained from (http://farsite.hill.af.mil). However, vendor must complete the Reps and Certs as stated in section (IX) above at http://orca.bpn.gov. (XI) FAR 52.212-4, Contract Terms and Conditions is incorporated by reference and applies to this acquisition with the following addendum: DFARS 252.204-7004 Required Central Contract Registration, Commercial Items. (XII) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEVIATION). Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. (XIII) The following clauses are incorporated 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 website http://farsite.hill.af.mil: 52.204-7, Central Contractor Registration; 52.211-6, Brand Name or Equal; 52.215-5, Facsimile Proposals; 52.219-1, Alt I, Small Business Program Representations; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post-Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products; 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-22, Previous Contracts and Compliance Reports; 52.222-25, Affirmative Action Compliance; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers With Disabilities; 52.222-50, Combating Trafficking in Persons; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer- Central Contractor Registration; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.247-34, F.O.B. Destination; 52.252-1, Solicitation Provisions and Contract Clauses (http://farsite.hill.af.mil); 52.252-2, Clauses incorporated by Reference (http://farsite.hill.af.mil); 52.253-1, Computer Generated Forms 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.204-7003, Control of Government Personnel Work Product 252.204-7004 Alt A, Central Contractor Registration; 252.204-7006, Billing Instructions; 252.211-7003, Item Identification and Valuation; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (DEVIATION); 252-225-7002, Qualifying Country Sources as Subcontractors; 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings; 252.225-7035 Alt I, Buy American Act Free Trade Agreements Balance of Payments Program Certificate; 252.225-7036 Alt I, Buy American Act Free Trade Agreements Balance of Payments Program; 252.232-7003, Electronic Submission of Payment requests and Receiving Reports; 252.232-7010, Levies on Contract Payments; 252.247-7023 Alt III, Transportation of Supplies Sea. Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address below. All answers (on a non-attribution basis) will be posted on the FedBizOps (https://www.fbo.gov) web site. They will be contained in a document titled Questions and Answers. Offerors are requested to submit questions to the email address noted below not later than 10 September 2009. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). (XIV) N/A. (XV) Quotes will be due to the 134ARW/MSC 240 Briscoe Drive, Louisville, TN 37777, by 14 September 2009, 2:00 p.m. eastern standard time. Email quotes will be accepted at Richard.lusby@ang.af.mil. Quotes may also be faxed to 865-985-3335. (XVI) Point of Contact is SMSgt Richard Lusby (865) 985-3353 or email Richard.lusby@ang.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA40-1/W912L7-09-T-0069/listing.html)
 
Place of Performance
Address: 134 ARW McGhee Tyson ANG Base, McGhee Tyson ANG Base TN
Zip Code: 37777
 
Record
SN01938643-W 20090904/090903002111-b748a86bf610e3c6572f82fb5a659c94 (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.