Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2012 FBO #3944
SOLICITATION NOTICE

59 -- 14-Element Single Frequency Localizer Antenna Array

Notice Date
9/9/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
USPFO for Rhode Island, 330 Camp Street, Providence, RI 02906-1954
 
ZIP Code
02906-1954
 
Solicitation Number
W912LD12T0094
 
Response Due
9/14/2012
 
Archive Date
11/13/2012
 
Point of Contact
Christopher Hunsberger, 401-275-4273
 
E-Mail Address
USPFO for Rhode Island
(christopher.l.hunsberger@us.army.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. 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. In accordance with FAR 6.302-1, the Government intends to award a sole source contract to SELEX Systems Integration, for Standard Instrument Landing System Localizer, Part Number 470512-0002, 14-element Single Frequency Localizer Antenna Array, and installation kit. Selex Systems Integration 11300 W. 89th St. Overland Park, KS 66214-1702 has been identified as the only source that can satisfy the agency's needs. The associated NAICS code is 334511. Requirement is as follows: 1. Selex 14-Element Single Frequency Replacement Antenna System with configured for use with the AN/GRC-30 Localizer (Azimuth portion of ILS) with all of the required and USAF approved ECP/Modifications in place with the following components; cable with pre-cut HELIAX/FOMFLEX F (1/2 inch) and Monitor (1/4 inch) cables from the DU to the shelter (install ready with the standard connectors available), standard raceway transmit and monitor cables, ground cable, telecom cable, and specified A/C Power Cable that powers the obstruction lights. QTY: 1 Clauses & Provisions It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm The following Clauses & Provisions apply to this acquisition: FAR 52.204-99 (Deviation) System for Award Management Registration; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 (Deviation) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-25 Affirmative Action Compliance; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification; FAR 52.232-23 Assignment of Claims; FAR 52.232-33 Payment by Electronic Funds Transfer FAR 52.233-1 Disputes; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; Far 52.246-1 Contractor Inspection Requirements; FAR 52.246-16 Responsibility for Supplies; FAR 52.249-1 Termination for Convenience of the Government; FAR 52.252-1 Solicitation Provisions Incorporated by Reference; FAR 52.252-2 Contract Provisions Incorporated by Reference; FAR 52.252-5 Authorized Deviations in Provisions; FAR 52.252-6 Authorized Deviations in Clauses; DFARS 252.203-7000 Requirements Related to Compensation of Former DoD Officials; DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders; DFARS 252.225-7036 ALT I Buy American Act--Free Trade Agreements--Balance of Payments Program; DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7006 Wide Area Workflow Payment Instructions DFARS 252.232-7010 Levies on Contract Payments Offers shall include with their quotes a completed copy of 52.212-3 ALT I, Offeror Representations and Certifications-Commercial Items or enter at website https://www.sam.gov/portal/public/SAM/; if Representations and Certifications have been completed on SAM, provide DUNS code. This solicitation is issued as a Request for Quote (RFQ). In accordance with FAR 5.207, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. All submissions and any questions regarding this request must be submitted via email to: Christopher.L.Hunsberger@us.army.mil Contracting Office Address: USPFO-RI, RI Air National Guard, 330 Camp St. Providence, RI 02906 ATTN: Contracting Place of Performance: RI Air National Guard, Quonset State Airport, North Kingstown, RI 02852 Point of Contact(s): TSgt Christopher Hunsberger, 401-275-4273
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA37/W912LD12T0094/listing.html)
 
Place of Performance
Address: RI Air National Guard, 143AW CF 1 Minuteman Way North Kingstown RI
Zip Code: 02852
 
Record
SN02874545-W 20120911/120909233244-85331b66ab599aeed467ee346429ff20 (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.