SOLICITATION NOTICE
52 -- Wireless Gas Monitors
- Notice Date
- 6/10/2005
- Notice Type
- Solicitation Notice
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Department of the Air Force, Air Combat Command, 366 CONS, 366 Gunfighter Ave Ste 498, Mountain Home AFB, ID, 83648-5296
- ZIP Code
- 83648-5296
- Solicitation Number
- F3F3CV5048A100A
- Response Due
- 6/15/2005
- Archive Date
- 6/30/2005
- Description
- (i) This is a combined synopsis/solicitation for commercial items 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 are being requested and written solicitation will not be issued. (ii) RFQ F3F3CV5048A100 is a combined synopsis/solicitation for commercial items. This combined synopsis/solicitation is issued as a request for quote (RFQ). Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-03 and through Defense Acquisition Circular 05-09. 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 (iv) This procurement is being issued as UNRESTRICTED. North American Industrial Classification Standard: 334519 (v) CLIN (0001) Minimum requirements are as follows; 6 Ea,Wireless, Multi-channel Multi-gas monitors, 5 sensors with photoionization sensor for VOC(Volatile Organic Compound) Sensor range for VOC (0-200 ppm 0.1 Resolution, 200-2 - 2,000 ppm 1 ppm resolution), Rechargeable Lithium-ion battery with built in charger Capable of 24 hours of continuous wireless operation 902-928 MHz Frequency RF Range- 2 miles Datalogging with time stamp, serial number, user ID, site ID CLIN (0002) 1 EA Remote Base Unit to include the following; Notebook PC with preloaded software Operation and Maintenance Manual Modem with built-in rechargeable Lithium-ion battery, 120/240 VAC AC/DC Adapter 5db antenna with magnetic mount with 12 foot cable Hard transport case with pre-cut foam (vii) FOB-Destination for delivery to: Delivery NLT 1 Sep 05. Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). (viii) The provision at FAR 52.212-1 Instructions to Offerors?Commercial Items, applies to this acquisition. (ix) The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based on a Best Value to the Government. Best value can include but is not limited to price, delivery date, and technical capability. (x) The clause at FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items, applies to this acquisition. Complete only paragraph (j) of this provision if the annual representations and certificates have been completed electronically at http://orca.bpn.gov. If the annual representations and certifications has not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed. (xi) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Item, specifically the following clauses cited, are applicable to this solicitation: FAR 52.222-19 Child Labor?Cooperation with Authorities and Remedies; FAR 52.222-3, Convict Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.233-3 Protest After Award. (xiii) The following provisions and clauses apply to this acquisition: FAR 52.247-34 F.o.b. ? Destination; FAR 52.252-2 Clauses Incorporated by Reference. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors; and DFARS 252.232-7003 Electronic Submission of Payment Requests, (xiv) The clause at DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, specifically the following clauses, cited, are applicable to this solicitation: DFARS 252.225-7000 Buy American Act and Balance of Payments Program Certificate; DFARS 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.247-7023 Transportation of Supplies by Sea (xvi) All quotes must be emailed to (todd.novinger@mountainhome.af.mil), or faxed to (208) 828-2658. Quotes are required to be received no later than 16:30 MST, 15 Jun 05.
- Place of Performance
- Address: 366 EMS, Hanger 1330, Mountain Home AFB, ID
- Zip Code: 83648
- Zip Code: 83648
- Record
- SN00827439-W 20050612/050612190337 (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 |