Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2010 FBO #3101
MODIFICATION

70 -- Radio and Computer Cases

Notice Date
5/20/2010
 
Notice Type
Modification/Amendment
 
NAICS
316991 — Luggage Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 23 CONS, 4380B Alabama Rd, Moody AFB, Georgia, 31699-1794
 
ZIP Code
31699-1794
 
Solicitation Number
FA4830-10-Q-0039
 
Archive Date
6/9/2010
 
Point of Contact
Jennifer M. Harper, Phone: 229-257-4721, James M. Reed, Phone: 229-257-2084
 
E-Mail Address
jennifer.harper@moody.af.mil, james.reed@moody.af.mil
(jennifer.harper@moody.af.mil, james.reed@moody.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in 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. The award resulting from this combined synopsis and solicitation will be a Firm Fixed Price purchase order for the items listed. The solicitation number for this procurement is FA4830-10-Q-0039 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-41, Defense Acquisition Circular (DAC) 91-13 and Air Force Acquisition Circular (AFAC) 2010-0402. This acquisition will be unrestricted in accordance with FAR 19.502-2(a). The North American Industry Classification System (NAICS): 316991. This acquisition will be set aside 100% for small business in accordance with FAR 19.502-2(a). The size standard is 500 employees. Manufacturer must also be a small business. Contract Line Item 0001- 3 Each: HP 6310 AIO Printer Case, OD Green. Contract Line Item 0002-8 Each: HP 7260 Photo Printer Case, OD Green. Contract Line Item 0003-10 Each: D830 Laptop Case (5 Up), OD Green. Contract Line Item 0004-4 Each: D630 Laptop (4 Up) and GPS (5 Up) Case, OD Green. Contract Line Item 0005-6 Each: PRC 152 Multi-Charger Case (3 Up), OD Green. Contract Line Item 0006- 14 Each: AN/PRC-117G Case with edge casters, OD Green. Contract Line Item 0007-4 Each: STE Phone Case (5 Up), OD Green. Contract Line Item 0008-4 Each: Custom Foam Insert Only for HP Laser Printer. The list of requirements for the static free customized mold inserts and customized case is as follows: -Impervious to water, mildew, mold, rot, and bacteria chemical & grease resistance. -Container shell shall be rotationally molded of virgin, polyethylene meeting the requirements of Federal Specification L-P-390 Type 1, Class M or H, Grade 2. -Lids and body shall have no structural seams or joints to fatigue or leak. -Integral case structure shall have dynamic impact strength in an operational range of -20 degrees F to +140 degrees F. -Low profile wing-turn cam-action fasteners shall be located on the container body, with corresponding strikes located on the container lids. -Container shall be rectangular in design with rounded corners and edges. -Container color shall be pigmented throughout. -Container corners and edges shall be a minimum of 10% thicker than flat walls and surfaces. -Hardware shall be standard 1010 steel with an electroplated yellow zinc chromate finish in accordance with ASTM B 633, Type II. Or equal items are acceptable for award, however, or equal items quoted must meet salient physical, functional, or performance characteristics. Technical data for or-equal items must accompany offeror's quote. Shipping shall either be included in the unit price or included as a separate line item. FOB Point: Destination (Moody, AFB, GA). Warranty information is required with proposal. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. Request for Quotation (RFQ) should be submitted and shall contain the following information: RFQ NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFERS; NAME, ADDRESS; TELEPHONE NUMBER OF OFFEROR; TERMS OF THE EXPRESSED WARRANTY; ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if applicable). Signed quotes must indicate quantity, unit price and total amount for each item. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. Quote shall also contain all other documentation specified herein. PERIOD OF ACCEPTANCE OF OFFERORS: The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. LATE OFFERS: Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered. BASIS FOR AWARD: The Government will award a purchase order to the offeror whose quote is judged to represent the best value to the government, price and past performance considered. All offerors must be Central Contractor Registered (CCR) and online representation and certification application (ORCA) must be activated. ORCA registration for on line representation and certification requirements may be viewed via the internet at www.bpn.gov. OFFERORS MAY INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS WITH THEIR OFFER, which can be downloaded from the internet or requested in writing via facsimile at 229-257-3547. Offerors that fail to furnish the required representation information via submission or ORCA registration, or reject the terms and conditions of the solicitation, may be excluded from consideration. The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil/; Federal Acquisition Regulation Table of Contents. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation). Pursuant to FAR Clause 52.212-5 the following clauses are hereby incorporated by reference: FAR 52.212-1, Instructions to Offerors -- Commercial Items. FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.222-26, Equal Opportunity (E.O. 11246) FAR 52.225-13 Restriction on certain foreign Purchase 52.225-18, Place of Manufacture FAR 52.232-33, Payment by Electronic Funds Transfer; DFAR 252.204-7004, Central Contractor Registration (52.204-7) Alternative A DFAR 252.225-7001, Buy American Act And Blance of Payments Program DFAR 252.232-7003, Electronic Submission of Payment Requests DFAR 252.247-7023, Notification Of Transportation Of Supplies By Sea AFFAR 5352.201-9101, Ombudsman. The Defense Priorities and Allocations System (DPAS) rating is C20. RESPONSE TIME: REQUEST FOR QUOTATION WILL BE ACCEPTED AT THE 23 CONTRACTING SQUADRON (LGCA) LOCATED AT 4380B ALABAMA ROAD, MOODY AFB GA 31699 NO LATER THAN 09:00 A.M. EST. on 25 May 10. ALL QUOTES SHALL BE MARKED WITH REQUEST FOR QUOTATION (RFQ) NUMBER AND TITLE. FACSIMILE AND EMAIL OFFERS WILL BE ACCEPTED. The point of contact for this solicitation is SSgt Jennifer Harper, Email: jennifer.harper@moody.af.mil Phone: 229-257-4721 Fax: 229-257-2738, Alternate: James Reed, Email: james.reed@moody.af.mil Phone: 229-257-2084 Fax: 229-257-2738.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/347CONS/FA4830-10-Q-0039/listing.html)
 
Place of Performance
Address: 7196B Savannah St., Moody AFB, Georgia, 31699, United States
Zip Code: 31699
 
Record
SN02155205-W 20100522/100520234838-45488d325aaad590d0e18406987d579b (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.