MODIFICATION
62 -- Emergency Flashing Lights
- Notice Date
- 9/7/2010
- Notice Type
- Modification/Amendment
- NAICS
- 335129
— Other Lighting Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
- ZIP Code
- 94535-2632
- Solicitation Number
- Seide-F3Z3510221AC01
- Archive Date
- 10/6/2010
- Point of Contact
- Alexander C. Seide, Phone: 7074247766, Elizabeth A Squires, Phone: 707-424-7761
- E-Mail Address
-
alexander.seide@us.af.mil, elizabeth.squires@us.af.mil
(alexander.seide@us.af.mil, elizabeth.squires@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- **SOLICIATION EXTENDED TO ANSWER QUESTIONS, PLEASE SEE BELOW** 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. The solicitation number is F3Z3510221AC01; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-44 effective 08 Jul 2010; Defense DCN 20100820 effective 20 Aug 2010, and AFAC 2010-0402 effective 02 Apr 2010. This acquisition is unrestricted; The North American Industry Classification System (NAICS) code is 335129 The business size standard is 500 employees. The Federal Supply Class (FSC) is 6240. The Standard Industrial Classification (SIC) is 3699. Travis AFB has a requirement for Emergency Flashing Lights for notification to tune in to the emergency radio station. CLIN 0001- DC Powered Flashing Beacon System Includes: Includes a Solar Power System with one solar panel, solar panel mounting bracket, solar power controller, one battery, and battery enclosure. Battery system to provide operation for 3 days during inclement weather. Includes 1 @ M7000 amber LED pulsator beacon per package. The beacon controller will be an Pager actuated controller in a NEMA 3R aluminum enclosure, using Pager signal to activate the flashing beacons. Includes technical services for on-site installation on buyer's sign and system testing to verify proper operation. 16 Each CLIN 0002 - Shipping & Handling Award shall be made in the aggregate, all or none. Quotes shall be valid until 02 October 2010 The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in: FAR 52.232-18 Availibility of Funds. - Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. FAR 52.212-1 Instructions to Offerors -- Commercial Items (June 2008). FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirements IAW the Item Description; (ii) price. FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (June 2008) FAR 52.212-4 Contract Terms and Conditions (October 2008) - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation) (December 2008). FAR 52.219-28 Post-Award Small Business Program Representation (June 2007). FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities (February 1999). FAR 52.222-26 Equal Opportunity (March 2007). FAR 52.222-36 Affirmative Action for Workers with Disabilities (June 1998). FAR 52.222-50 Combating Trafficking in Persons (August 2007). FAR 52.232-33 Payment by Electronic Funds-Central Contractor Registration (October 2003). FAR 52.233-4 Applicable Law for Breach of Contracts (October 2004). DFARS 252.247-7023 Alt III Transportation of Supplies by Sea, Alternate III (May 2002). FAR 52.252-2 Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil (February 1998). FAR 52.252-6 with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2 (April 1984) DFARS 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.225-7002 Qualifying Country Sources as Subcontractors; DFARS 252.204-7003 Control of Government Personnel Work Products; DFARS 252.247-7023 (Alt III) Transportation of Supplies by Sea; DFARS 252.211-7003 Item Identification and Validation; DFARS 252.212-7001 (Dev) Contract Terms and Conditions Deviation (December 2008). AFFARS 5352.201-9101 Ombudsman. FAR 52.203-3 Gratuities; FAR 52.203-6 Restrictions on Subcontractors; FAR 52.204-4 Printed on Copied Double Sided or Recycled Paper FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of Sep 2006 the Vietnam Era, and other Eligible Veterans; FAR 52.222-37 Employment Reports on Special Dsiabled Vetrans, Veterans of Sep 2006 of the Vietnam Era, and other Eligible Veterans; DFARS 252.225-7012 Preference for Certain Domestic Commodities; DFARS 225.209-7001 Disclosure of Ownership or Controlled by the Government of a Terrorist country; DFARS 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country; DFARS 225.212-7000 Offeror Representations & Certifications - Commercial Items DFARS 252.232-7003 Electronic Submission of Payment Request; Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please send any questions to alexander.seide@us.af.mil or fax to 707-424-5189 NO LATER THAN 02 Sep 2010, 12:00 PM, PST and offers NO LATER THAN 21 SEP 2010, 09:00 AM, PST. Verbal requests will not be accepted. Offerors must provide written acknowledgement of any and all amendments to this solicitation with your offer. Otherwise, offer may not be considered for award. Point of contact is A1C Seide, Contract Specialist, telephone 707-424-7766. Alternate POC is SSgt Squires, Contracting Officer, telephone 707-424-7761.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/Seide-F3Z3510221AC01/listing.html)
- Place of Performance
- Address: Travis AFB, CA, Travis AFB, California, 94535, United States
- Zip Code: 94535
- Zip Code: 94535
- Record
- SN02270613-W 20100909/100908062932-b7dd7c630a9ece411e9a907efd69fc7b (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 |