SOLICITATION NOTICE
63 -- LMR Repair
- Notice Date
- 9/27/2004
- Notice Type
- Solicitation Notice
- NAICS
- 811213
— Communication Equipment Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Mobility Command, 89th CONS, 1419 Menoher Drive, Andrews AFB, MD, 20762-6500
- ZIP Code
- 20762-6500
- Solicitation Number
- Reference-Number-927LMR
- Response Due
- 9/27/2004
- Archive Date
- 10/12/2004
- Description
- 1. This is a combined synopsis/solicitation for commercial repairs prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. 2. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-15. 3. The NAICS code is 811211 and the size standard is $6,000,000. 5. This solicitation contains one line item as follows: CLIN 0001: Repair various quantities of the following pieces of equipment: Motorola MTS-2000 models I, II, and III with encryption, Motorola XTS-3000 models I, II and III, Motorola Spectra consolettes both with and without faceplates, and Motorola Astro Spectra mobiles with W5 faceplate. The contractor would be required to come to Andrews AFB and pick up broken radios and return them once they are repaired. Radios do not require full-service repair ? they only require repair necessary to make them fully operational. 7. Not to Exceed amount: 125 radios. Place of Performance: Contractor?s place of business. FOB: Destination 8. The provision at FAR 52.212.1, Instructions to Offerors, applies to this acquisition. Multiple offerors and awards are hereby deleted from this solicitation. All quotes must be for all items, as stated, partial quotes will not be considered. Award will be made to a single vendor. All inquiries or questions pertaining to this solicitation must be submitted in writing by the concerned party at least 2 business days prior to closing date. The offer will be 8 1/2? x 11? paper except for fold-outs used. Written proposal should be limited to 2 pages. Non-Price Factors (Not to Exceed 1 page) Bid Schedule (Not to Exceed 1 page). 9. The provision at FAR 52.212-2, Evaluation of Commercial Items applies. Addendum to Paragraph (a), The Government will award a purchase order resulting from this RFQ to the most responsive, responsible offers whose offer represents the best value in terms of the following factors in descending order. Best value will be based upon the lowest price technically acceptable. The Government reserves the right to enter into and agreement with other than lowest offeror. The government intends to enter into and agreement without discussions, nevertheless, the government may communicate with an offeror in order to clarify or verify information submitted in its offer. 10. Offerors must submit a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certifications Commercial, with its offer. FAR 52.212-3 can be downloaded from the internet: http://farsite.hill.af.mil/. Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Nov 1995); and DFARS 252.225-7000, Buy American Act-Balance Payment Program Certificate (Apr 2003) with the quotation. 11. All FAR Clauses and provisions incorporated by reference may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/ . The following FAR clauses are applicable: FAR 52.212.4, Contract Terms and Conditions Commercial Items, with addendum; 52.212-3, Government Furnished Property, FAR 52.212-5, and Notice to Supplier, 52.245-4. FAR 52.211-6 Brand Names or Equal;. 12. The provision at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (Jun 2003), applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable: 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Sept 2002); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 - Equal Opportunity (Apr 2002); 52.222-35 - Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36 - Affirmative Action for Workers With Disabilities (Jun 1998); 52.222-37 - Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.225-13 -Restrictions on Certain Foreign Purchases (Jun 2003); and 52.232-33 - Payment by Electronic Funds Transfer--Central Contractor (May 1999). The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (June 2003), applies to this acquisition, and specifically the following clauses under paragraph (b) are applicable: 252.225-7001 - Buy American Act and Balance of Payments Program (Apr 2003); 252.232-7003 - Electronic Submission of Payment Requests (Mar 2003); and 252.247-7023 - Transportation of Supplies by Sea, Alternate III (May 2002). The following DFARS clauses are hereby incorporated into this solicitation: 252.225-7002, Qualifying Country Sources and Subcontractors (Apr 2003); and 252.204-7004, Required Central Contractor Registration (CCR) (Nov 2001). NOTE: CCR can be obtained by accessing the Internet, http://www.ccr.gov or by calling 1-888-227-2423. The CCR number must be obtained before award can be made. 15. If interested, e-mail, fax or mail your offer to the POC stated herein. Your offer must include the following: (a) written proposal ? limited to 1 page; (b) bid schedule, (c) completed Representations and Certifications ?FAR 52.212-3?. 16. Quotations must be received no later than 3:00pm EST, September 28, 2004. The Government prefers that all offers are e-mailed to the point-of-contact below with contractors name listed in the subject block. Facsimile proposals will be accepted at 301-981-1910 or 1910. Mail offers/proposals should be mailed to: 89 CONS/LGCBC, 1419 Menoher Drive, Andrews AFB MD 20762 (Attn: OPS/LOG/SSgt Liebergen). 17. The Government Primary point-of-contact is SSgt Liebergen (301-981-2385 or victoria.liebergen2@andrews.af.mil). The secondary point-of-contact is Deborah L. Doyle (301-981-2341 or deborah.doyle@andrews.af.mil).
- Place of Performance
- Address: Andrews AFB, MD
- Zip Code: 20762
- Country: USA
- Zip Code: 20762
- Record
- SN00682666-W 20040929/040927212037 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |