Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2012 FBO #3955
SOLICITATION NOTICE

58 -- Lightning Prediction System - SOW

Notice Date
9/20/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB, Florida, 32403-5526
 
ZIP Code
32403-5526
 
Solicitation Number
F4AB002157A002
 
Archive Date
10/11/2012
 
Point of Contact
Anthony G. Shea, Phone: 8502831095
 
E-Mail Address
anthony.shea.2@tyndall.af.mil
(anthony.shea.2@tyndall.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement Of Work This is a combined synopsis/solicitation for services 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/quotes are being requested, and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-61. The solicitation reference number is F4AB002157A002 and this solicitation is being issued as a request for quote (RFQ). This acquisition will be a 100% small business set aside under NAICS 334519 with a size standard of 500 employees. In accordance with the non-manufacturer rule, the contractor shall be a small business under the applicable size standard and shall provide either its own product or that of another domestic small business manufacturing or processing concern. See FAR 19.102(f) for additional information. A firm-fixed price purchase order will be awarded for the Contract Identification Line Item (CLIN) is identified below. CLIN 0001: Lightning Prediction System (See Attachment 1 for specifications) ** Offorer's quote shall clearly state your understanding of the SOW, discuss your technical approach/solution to include but not limited to identifying specific major equipment, identify technical uncertainties and include any planned subcontracting of technical work. ** SITE VISIT. Contractors will be afforded the opportunity to attend a site visit at Tyndall AFB, Florida. The site visit is September 24, 2012 at 10:30 AM CST. Those desiring to attend shall notify the contracting POCs no later than September 21, 2012 at 4:00 PM CST. EVALUATION FACTORS. In accordance with FAR 52.212-2, Evaluation-Commercial Items, the Government intends to 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 factor(s) considered. The following factors shall be used to evaluate offers: 1. Technical Capability: Offeror's proposal will be evaluated against the attached specifications on a pass/fail basis. 2. Price: The lowest price will be considered for award upon confirmation of technical capability and sufficient past performance. 3. Past Performance: The offeror shall provide at least three (3) years experience in inspection test and certification on Lightning Systems along with the quote. Past performance must be similar to the type of system being quoted and must include: Location, date of sale and two points of contacts. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. The following FAR/DFARS/AFFARS provisions/clauses apply to this acquisition: FAR 52.212-1 - Instructions to Offerors- Commercial Items FAR 52.204-10- Reporting Executive Compensation and First-Tier Subcontract Award FAR 52.209-6 - Protecting the Gov'ts Interests when Sub with Contractors debarred, Suspended FAR 52.212-2 - Evaluation-Commercial Items FAR 52.212-4 - Contract Terms &Conditions-Commercial Items FAR 52.212-5 Deviation - Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items FAR 52.219-1 - Instructions to Offerors-Commerical Items FAR 52.219-1 Alt I - Small Business Program Representations FAR 52.219-6 - Notice of Total Small Business Set-Aside FAR 52.219-28 - Post-Award Small Business Program Rerepresentation FAR 52.222-3 - Convict Labor FAR 52.222-19 - Child Labor - Cooperation with Authorities and Remedies FAR 52.222-21 - Prohibition of Segregated Facilities FAR 52.222-22 - Previous Contracts and Compliance Reports FAR 52.222-26 - Equal Opportunity FAR 52.222-36 - Affirmative Action for Workers with Disabilities FAR 52.222-50 - Combat Trafficking Persons FAR 52.223-18 - Contractor Policy to Ban Text Messaging While Driving FAR 52.232-33 - Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.232-99 Deviation - Providing Accelerated Payment to Small Business Subcontractors FAR 52.233-3 - Protest After Award FAR 52.233-4 - Applicable Law for Breach of Contract Claim FAR 52.247-34 - F.O.B. Destination FAR 52.247-55 - F.O.B. Point of Delivery of Gov't-Furnished Property FAR 52.252-1 - Solicitation Provisions Incorporated by Reference FAR 52.252-2 - Clauses Incorporated by Reference FAR 52.252-6 - Authorized Deviations in Clauses DFARS 252.203-7000 -Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7008 - Export-Controlled Items DFAR 252.211-7003 - Item Identification and Valuation FAR 252.212-7000 - Offeror representations and certifications - Commercial items DFARS 252.212-7001 Deviation - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7000 - Buy American Act-Balance of Payment Program Certificate DFARS 252.225-7001 - Buy American Act-Balance of Payment Program DFARS 252.225-7002 - Qualifying Country Sources as Subcontractors 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 DFARS 252.237-7010 - Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.247-7023 Alt III - Transportation of Supplies by Sea AFFARS 5352.201-9101 - Ombudsman NOTE: ALL OFFERORS MUST BE REGISTERED IN THE SYSTEM FOR AWARD MANAGEMENT (SAM) BEFORE BEING CONSIDERED FOR AWARD. Information concerning SAM requirements may be viewed via the internet at https://www.sam.gov/portal/public/SAM/ or by calling the SAM Registration Center at 1- 866-606-8220. Offerors shall complete a copy of the Online Offeror Representations and Certifications Application. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process. Interested parties must include, with their quote, their CAGE code, and tax identification number (TIN). Shipping terms will be F.O.B. Destination, Tyndall AFB, FL with inspection and acceptance at destination.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/TynAFBCS/F4AB002157A002/listing.html)
 
Place of Performance
Address: Tyndall AFB, Florida, 32403, United States
Zip Code: 32403
 
Record
SN02892055-W 20120922/120921001810-f51ef0f2d1c6e033d770077f7b734f31 (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.