Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 31, 2017 FBO #5760
SPECIAL NOTICE

49 -- Battery Monitoring - Statement of Work

Notice Date
8/29/2017
 
Notice Type
Special Notice
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
F1S3AC7156BC01
 
Archive Date
9/28/2017
 
Point of Contact
Leonard J. Buckless, Phone: 6612773238, Barbara L Newkirk, Phone: 6612777575
 
E-Mail Address
leonard.buckless.1@us.af.mil, barbara.newkirk@us.af.mil
(leonard.buckless.1@us.af.mil, barbara.newkirk@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work SUBJECT: POWER/BATTERY MONITORING EQUIPMENT REF NO: F1S3AC7156BC01 The Air Force Test Center (AFTC), Edwards AFB, CA, intends to award a sole source, Firm-Fixed Price purchase order to BTECH Inc. (CAGE 0XSX4) small business, for the purchase of monitoring equipment, to include associated software and installation. Monitoring equipment is for ten (10) existing GE and VRLA rectifier and battery power plants located at Edwards AFB. CA. The statutory authority which permits other than full and open competition for this acquisition is implemented by FAR 13.106-1(b). It is the Government's intent to proceed with this sole-source action. See attached Statement of Work. The NAICS Code is 334515 and the SBA Size Standard is 750 employees. This Special Notice is not a request for quotations. However, the Government will consider all responses received within 15 days of the publication of this notice. A determination by the Government not to compete this acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Vendors interested in this requirement should submit a complete technical package, which provides clear and convincing evidence that they can meet the Government's requirement in its entirety. Additionally, the response should indicate the contractor's size status in respect to NAICS Code 334515 and indicate completion of Offeror Representations and Certifications -- Commercial Items provision FAR 52.212-3 which can be done electronically via SAM.GOV. If the offeror does not have a copy of this provision, go to www.farsite.hill.af.mil to get a copy. Any responses received without 52.212-3 will be considered non-compliant. Further, the response should include any special requirements for a commercial contract (i.e., Commercial Financing, Warranty Provisions, Delivery Information, etc.) in accordance with FAR Part 12. The anticipated award date is September 15, 2017. Responses must be received no later than (NLT) 10:00 a.m., Pacific Standard Time, September 13, 2017. Responses should be submitted to: Directorate of Contracting, AFTC/PZIOA (Leonard Buckless III), 5 South Wolfe Avenue, Building 2800, Edwards AFB, CA 93524-1185 or via email: leonard.buckless.1@us.af.mil Questions shall be submitted electronically to: leonard.buckless.1@us.af.mil Verbal responses are not acceptable and will not be considered. E-mail is preferred method.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/F1S3AC7156BC01/listing.html)
 
Place of Performance
Address: Edwards AFB CA, Edwards AFB, California, 93524, United States
Zip Code: 93524
 
Record
SN04651215-W 20170831/170829232940-0b911cc9136e65f8adc89a18fdd91610 (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.