SOLICITATION NOTICE
58 -- GDT Radome Covers & Base Assemblies
- Notice Date
- 8/24/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- 119 WG/MSC, 1400 28 Avenue North, Fargo, ND 58102-1051
- ZIP Code
- 58102-1051
- Solicitation Number
- F7B1FG1146A001
- Response Due
- 8/31/2011
- Archive Date
- 10/30/2011
- Point of Contact
- Brit D. Stevens, 701-451-2331
- E-Mail Address
-
119 WG/MSC
(brit.stevens@ang.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/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; proposals are being requested and a written solicitation will not be issued. (i) This solicitation/synopsis reference number is F7B1FG1146A001 and is being issued as a Request for Quote (RFQ). (ii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-52. (iii) This acquisition is being issued on an unrestricted basis. The associated NAICS code is 334511; the size standard is 750 employees. (iv) Contractors shall submit lump sum quote with itemized list utilizing the attached price list for the following: CLIN 0001, Ground Data Terminal (GDT) Radome Cover, qty 3 (Name Brand or Equal). The equivalent is the Sea Tel Incorporated part number 111678-9. See attached listing for the minimum salient characteristics. CLIN 0002, Ground Data Terminal (GDT) Radome Cover Base Frame Assembly, qty 3 (Name Brand or Equal). The equivalent is the Sea Tel Incorporated part number 123723-1. See attached listing for the minimum salient characteristics. Quotations shall contain a complete description of item offered to clearly show item meets or exceeds all requirements listed in the Minimum Specifications. The quote shall include a detailed description of the commercial warranty and coverage. All responsible sources may submit a quotation, which shall be considered. (v). (See attached Cover Letter, RFQ Form and Salient Characteristics) (vi) FOB destination - Hector Field ANGB, Fargo, ND. Offerors are to submit a delivery time with their proposal. (vii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors-Commercial. (viii) FAR 52.212-2 Evaluation-Commercial Items Evaluation. 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, price and other factors considered. The following factors shall be used to evaluate offers: Lowest Price Technically Acceptable. (ix) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications--Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. (x) The clause at 52.212-4 Contract Terms and Condition-Commercial Items, applies to this acquisition. (xi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) are incorporated by reference, however, the following clauses apply; FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. (xii) The following additional clauses are applicable to this procurement. FAR 52.204-7, Central Contract Registration FAR 52.211-6, Brand Name or Equal FAR 52.219-4, Limitations on Subcontracting FAR 52.219-28, Post Award Small Business Representation FAR 52.222-50, Combating Trafficking in Persons. FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.253-1 -Computer Generated Forms DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414). DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate DFARS 252-225.7001, BAA - Balance of Payments Program DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7012 and 252.225-7031 DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.246-7000, Material Inspection and Receiving Report (xiii) Defense Priorities and Allocation System not applicable. (xiv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 31 August 2011 no later than 1:00 PM Central Standard Time. Requests should be marked with solicitation number F7B1FG1146A001
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA32-1/F7B1FG1146A001/listing.html)
- Place of Performance
- Address: 119 WG/MSC 1400 32 Avenue North, Fargo ND
- Zip Code: 58102-1051
- Zip Code: 58102-1051
- Record
- SN02547442-W 20110826/110824235853-acf4631c33e4f2518240b091bd091895 (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 |