Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2010 FBO #3200
SOLICITATION NOTICE

63 -- Security Forces Vehicle Equipment

Notice Date
8/27/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Goodfellow AFB, Contracting Squadron, 210 Scherz Blvd, Bldg 707, Goodfellow AFB, Texas, 76908-4705
 
ZIP Code
76908-4705
 
Solicitation Number
F1Z3400211A001
 
Archive Date
9/17/2010
 
Point of Contact
Robert F. Frandsen, Phone: 3256543282, Carlos J.L. Collins, Phone: 325-654-4421
 
E-Mail Address
robert.frandsen@goodfellow.af.mil, carlos.collins@goodfellow.af.mil
(robert.frandsen@goodfellow.af.mil, carlos.collins@goodfellow.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with 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. Please visit www.fedbizopps.gov and register to automatically receive procurement notification from FEDBIZOPPS. The system will inform you, via e-mail, when there has been activity on FEDBIZOPPS concerning this solicitation. NAICS Code: 334290 and the Size Standard: 750. This requirement is a Small Business Set-Aside. This solicitation is issued as a Request for Quotes (RFQ); RFQ# F1Z3400211A001 CLIN 0001 - P/N SK143 Value Speaker/Siren Kit 100W Speaker 100W driver/projector combo generates 120dB of sound at 10' Designed for mounting behind the grille or in the bumper Meets all Class A requirements Polycarbonate and metal construction. 5-1/2" x 5-1/2" x 8"; 6-1/2 lbs Full Function Siren Includes wiring harnesses with locking connectors for easy wiring, mounting brackets, replaceable jumpers for option selection and automatic short circuit protection against speaker shorts. Wail, Yelp Air Horn, Thunder, Manual and Two-Tone sounds Meet Class A sound requirements Automatic short circuit protection against speaker shorts High/Low voltage shutdown protection LED backlighting Positive and negative switching for AUX and PKILL inputs Rotary knob selection Public Address, Radio Repeat, Hands Free 2"H x 5-3/4"W x 6-1/4"D - 2 Each Brand Name or equal CLIN 0002 - P/N VE013 IMP Pro-Copper Console - 2 Each Brand Name or Equal CLIN 0003 - P/N LB504 RB 48 Whelen SX Liberty LED Lightbar (14 Head) LR11 SUPER-LED takedown and alley lights included ScanLock technology to lock in favorite flash patterns, including California steady burn Hi/Low power, Cruise Lights and 2 x 2 switching included Pre-wired with 15' passenger side cable exit Draws 5-7 amp 5-Year Warranty Exceeds SAE requirements Made in USA 2-1/2"H x 48-1/2"W x 12"D Must include mounting bracket for the 2010 Impala - 2 Each Brand Name or equal CLIN 0004-P/N SE082 Nine-Function Switch Box withThree-Position Slide Switch 40-amp, three-position slide switch to turn off groups of lights in a sequential mode Six switches fused at 20 amps Pursuit switch with indicator light Backlighting with red LEDs for maximum brightness and longevity; each switch lights up when turned on SAE approved grade wiring U-shaped bracket for easy mounting Satin/wrinkle finish powder-coat Six blank legend plates & a kit of 40 adhesive-backed titles 2"H x 6-1/4"W x 4-3/4"D - 2 Each Brand Name or equal CLIN 0005 - P/N GR185 Whelen 90 Watt Power Supply and Hideaway Kit Hi-Intensity Hide-A-Way strobes Increases the warning power of unmarked or patrol vehicle, can be easily hidden in existing auxiliary lights. Includes 15' of cable Clear Whelen 90 Watt Remote Strobe Power Supply 12 volt direct wire system Hi-low intensity control 10 flash patterns Built-in blade 10 amp fuse Draws 9 amps 2 x 2 x 2 switching Mounting hardware Power input cable connectors 2-1/2"H x 5-7/8"W x 6-3/4"D - 2 Each Brand Name or equal CLIN 0006- Standard shipping. - 1 Each The delivery of this procurement is set at 30 days ADC as FOB Destination. Place of performance will be at 17 SFS/SPT, 361 Apache Trail, Goodfellow AFB, Texas 76908. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-43, 2 August 2010. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and in accordance with FAR 52.252-1 and FAR 52.252-2, the following solicitation clauses and provisions are incorporated by reference, available at www.farsite.hill.af.mil The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and a statement regarding any addenda to the clause. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition. 52.204-7 Central Contractor Registration APR 2008 52.211-6 Brand Name or Equal AUG 1999 52.212-4 Contract Terms& Conditions--Commercial Items JUN 2010 52.222-3 Convict Labor JUN 2003 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.247-34 F.O.B. Destination NOV 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials JAN 2009 252.203-7002 Requirements to Inform Employees of Whistleblower Rights JAN 2009 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Alt. A Central Contractor Registration (52.204-7) Alt. A SEP 2007 252.225-7000 Buy American Act - Balance of Payments Program Certificate DEC 2009 252.225-7001 Buy American Act and Balance of Payments Program JAN 2009 252.225-7002 Qualifying Country Sources as Subcontractors APR 2003 252.232-7003 Electronic Submission of Payment Requests MAR 2008 252.232-7010 Levies on Contract Payments DEC 2006 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.246-7000 Material Inspection And Receiving Report MAR 2008 In accordance FAR 52.252-1 and FAR 52.252-2, the following solicitation provisions and clauses are incorporated by Full Text, available at www.farsite.hill.af.mil: 52.212-3 Offeror Representations and Certifications - Commercial Items Alternate I FEB 2009 APR 2002 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--Commercial Items (Deviation) JUL 2010 52.219-1 Small Business Program Representations MAY 2004 52.219-28 Post-Award Small Business Program Representation APR 2009 52.222-22 Previous Contracts And Compliance Reports FEB 1999 52.222-25 Affirmative Action Compliance APR 1984 52.233-4 Applicable Law For Breach Of Contract Claim OCT 2004 252.204-7006 Billing Instructions OCT 2005 252.212-7001 Contract Terms And Conditions Required to Implement Statutes Or Executive Orders Applicable to Defense Acquisitions Of Commercial Items (Deviation) APR 2010 252.232-7003 Electronic Submission of Payment Requests MAR 2008 5352.201-9101 Ombudsman AUG 2005 In addition to the above clauses the following clauses are incorporated by full text with fill-in text; 52.212-1 Instructions to Offerors -- Commercial Items (Jun 2008) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show -- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. 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. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during preaward testing. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2) (i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (i) Availability of requirements documents cited in the solicitation. (1) (i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to-- GSA Federal Supply Service Specifications Section Suite 8100 470 L'Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925) Facsimile (202 619-8978). (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites-- (i) ASSIST ( http://assist.daps.dla.mil ). (ii) Quick Search (http://assist.daps.dla.mil/quicksearch/ ) (iii) ASSISTdocs.com ( http://assistdocs.com ). (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by- (i) Using the ASSIST Shopping Wizard ( http://assist.daps.dla.mil/wizard ); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4 Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697/2197, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Data Universal Numbering System (DUNS) Number. (Applies to offers exceeding $3,000, and offers of $3,000 or less if the solicitation requires the Contractor to be registered in the Central Contractor Registration (CCR) database. The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS+4" followed by the DUNS or DUNS+4 number that identifies the offeror's name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the Internet at http://fedgov.dnb.com/webform. An offeror located outside the United States must contact the local Dun and Bradstreet office for DUNS number. The offeror should indicate that it is an offeror for a Government contract when contacting the local Dun and Bradstreet office. (k) Central Contractor Registration. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. (l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer. (2) The overall evaluated cost or price and technical rating of the successful and debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. (End of Provision) 52.252-5 Authorized Deviations in Provisions (Apr 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Department of Defense Federal Acquistition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. 52.252-6 Authorized Deviations in Clauses (Apr 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Department of Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. Period for acceptance of offers: The offeror agrees to hold the prices in its offer firm until 30 August 2010, unless another time period is specified in an addendum to the solicitation. All offers are due by 4:30pm CDT, 2 September 2010, at the 17th Contracting Office/LGCB, 210 Scherz Blvd., Goodfellow AFB, TX 76908-4705. Offers may be sent by mail, fax, or electronically. The POC for this solicitation is SrA Robert Frandsen, at Robert.Frandsen@goodfellow.af.mil, phone number (325) 654-3282, and fax number (325) 654-4427. If providing an "or equal" product, please provide specifications on the "or equal" item for Government review.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/GAFBCS/F1Z3400211A001/listing.html)
 
Place of Performance
Address: 361 Apache Trail, Goodfellow AFB, San Angelo, Texas, 76908, United States
Zip Code: 76908
 
Record
SN02258754-W 20100829/100828000037-711887f9d304531161c8bb98c8370428 (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.