Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 09, 2006 FBO #1656
SOLICITATION NOTICE

66 -- Swamp Optics Grenouille and Mesa Photonics Video Software OR Equal

Notice Date
6/7/2006
 
Notice Type
Solicitation Notice
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFMC - Air Force Materiel Command Headquarters, HQ AFMC/PKX 4375 Chidlaw Rd Ste 6, Wright-Patterson AFB, OH, 45433
 
ZIP Code
45433
 
Solicitation Number
FA8601-06-T-0098
 
Response Due
6/19/2006
 
Archive Date
8/19/2006
 
Description
SYNOPSITATION FOR SWAMP OPTICS GRENOUILLE AND MESA PHOTONICS VIDEO FROG SOFTWARE FA8601-06-T-0098 This is a combined synopsis/solicitation for swamp optics grenouille and mesa photonics video frog software, a commercial commodity to be procured for the Air Force Institute of Technology (AFIT), Wright-Patterson Air Force Base, prepared in accordance with (IAW) the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. Due date for quotes, technical package, and completed 52.212-3, Offeror Representations and Certifications-Commercial Items, is Monday 19 June 06, 9:00 am EST. Quote package should be submitted to 88 CONS/PKBB (Robin M. Hass), 1940 Allbrook Drive, Room 109, Wright-Patterson AFB OH 45433, or faxed to 937-656-1412, or e-mailed to Robin.Hass@wpafb.af.mil This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation FA8601-06-T-0098 is a Request for Quote (RFQ). No hard copies will be sent. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-09. Proposed acquisition is 100% small business set-aside. The associated North American Industrial Code (NAIC) is 334515, size standard 500 employees applies. INSTRUCTIONS TO OFFERORS: A Firm Fixed Price type contract is anticipated with 2 (two) line items as described below. The delivery location is Wright-Patterson Air Force Base, Ohio. The F.O.B. point for this acquisition is Destination. Quoted prices shall be delivered (F.O.B. Destination) prices. Please include best delivery schedule with quote. Line Item 0000 SWAMP OPTICS GRENOUILLE UPM 8-50 OR EQUAL Line Item 0001 MESA PHOTONICS VIDEO FROG SOFTWARE OR EQUAL Offerors must complete the fill-ins at FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items, which is attached at www.fbo.gov. This document must be submitted with quote package. Evaluation will be based on the overall best value for the government. Evaluation factors are price, technical, delivery and past performance. Responding contractors shall include adequate information with their quotations to enable the government to make a complete evaluation and appraisal of the offering with respect to the requirements set forth in this combined synopsis solicitation. The Contracting Officer will evaluate ?equal? products on the basis of the evaluation factors listed in this solicitation and the information furnished by the quoter or identified in the quote and reasonably available to the Contracting Officer. THE CONTRACTING OFFICER IS NOT RESPONSBILE FOR LOCATING OR OBTAINING ANY INFORMATION NOT IDENTIFIED IN THE QUOTE. Include manufacturer?s name, model number, and specifications in your quote. Unless the quoter clearly indicates in its offer that that product being offered is an ?equal? product, the quoter shall provide the brand name product referenced in the solicitation. NOTICE: Any order awarded as a result of this synopsitation will contain the requirement for use of the Government?s electronic invoicing system, Wide Area Workflow (WAWF). Instructions on use of WAWF will be contained in subsequent order document. The following provisions apply to this acquisition and are incorporated: FAR 52.211-6 Brand Name or Equal FAR 52.212-1, Instructions to Offerors ? Commercial FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, is listed as an attachment on the website listed above and must be submitted with the proposal. FAR 52.252-1, Solicitation Provisions Incorporated by reference. Fill In: http://farsite.hill.af.mil/ FAR 52.252-5, Authorized Deviations in Clauses, Fill In: Defense Federal Acquisition Regulation (48 CFR Chapter 2) The following clauses are hereby incorporated and will be included in subsequent award either by reference or in full text. FAR 52.212-4, Contract Terms and Conditions, Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. (Deviation) FAR 52.219-6 Small Business Set-Aside 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 52.222-26, Equal Opportunity FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.225-13, Restrictions on Certain Foreign Purchases (Required) FAR 52.232-33, Payment by Electric Funds Transfer ? Central Contractor Registration FAR 52.233-3, Protest After Award FAR 52.252-2, Clauses Incorporated by Reference, Fill In: http://farsite.hill.af.mil FAR 52.252-6, Authorized Deviations in Clauses, Fill In: Defense Federal Acquisition Regulation (48 CFR Chapter 2) DFARS 252.204-7004, Alt A, Required Central Contractor Registration DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEVIATION) DFARS 252.225-7001, Buy American Act and Balance of Payments DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.232-7003, Electronic Submission of Payment Requests AFFARS 5352.201-9101 Ombudsman, Fill In: Stephen J. Miller, ASC/AE, 1755 Eleventh Street, B570, Room 113, Wright-Patterson AFB OH, 45433-7404, Telephone: 937-255-5315, Fax: 937-656-7193, Email: Stephen.miller@wpafb.af.mil. A registration page will be attached to the web site. If you would like to receive notice of any amendments and/or addendum that may be issued to the solicitation, you may register. If you do not register, it is your responsibility to review the web site for any changes to the RFQ. Contractors that are debarred, suspended or proposed for debarment are excluded from receiving contracts. Proposals prepared by debarred, suspended or otherwise ineligible contractors are at the risk and expense of the contractor. Contract financing will not be provided for this acquisition. Contractors must be registered in Central Contractor Registration (CCR) prior to award for solicitations issued after 31 May 1998. DUNS/CCR website is http://ccr.gov. For questions on this solicitation, please call Robin Hass, (937) 522-4647, or email Robin.Hass@wpafb.af.mil. All responsible small business sources may submit a quote package, including price quote, technical capability information, reference name and phone numbers and Reps and Certs to Robin M. Hass, 88 CONS/PKBB, 1940 Allbrook Drive, Suite 3, Wright-Patterson AFB, OH 45433-5309. Proposals may be submitted via email, regular mail, or faxed to the attention of Robin M. Hass at 937-656-1412. Due date is Monday 19 June 06, 9:00 am EST.
 
Record
SN01064081-W 20060609/060607221125 (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.