SOLICITATION NOTICE
83 -- SATCOM Terminal Tent
- Notice Date
- 8/3/2006
- Notice Type
- Solicitation Notice
- NAICS
- 314912
— Canvas and Related Product Mills
- Contracting Office
- Department of the Air Force, Air Force Special Operations Command, 16th CON - Hurlburt, 350 Tully Street, Hurlburt Field, FL, 32544-5810
- ZIP Code
- 32544-5810
- Solicitation Number
- Reference-Number-F2FF096135A100
- Response Due
- 8/15/2006
- Archive Date
- 8/30/2006
- Description
- ** This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. ** ** The solicitation number is F2FF096135A100 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-10. This solicitation is for full and open competition. The North American Industry Classification System (NAICS) Code: 314912, with a business size standard of 500 employees. ** ** This procurement consists of: SATCOM Terminal Tent, 5 Each or equal product. Shelter/tent needs to be at least 17'L x 17'W and not larger than 20'L x 20'W. The height of the tent needs to be at least 14'6", but less than 15'. Tent fabric should be constructed out of stop-rip vinyl and be available in green and tan. Fabric should have at least two (2) environmental access holes for A/C and heat, an oversized door that is 6' wide, windows w/blackout capability on left and right sides of tent, and cable entryways. The tent frame structure should be constructed from aluminum ro reduce weight. Frame should not need tools or ladder for assembly. Frame must also be free of crossbars on one side. Tent should be packaged into two-man lift cases (soft preferable), and should fit on a single standard 463-L pallet, taking up only 1/3 of pallet. Tent needs to withstand wind speeds in excess of 75 mph. Equal products must be accompanied by literature detailing product specifications. Additionally, all transportation/shipping costs are required to be included in the quote. GSA items shall be noted as well as the GSA contract number. Required delivery shall be on or before 30 days after receipt of award. Items are to be delivered to five different locations: 1)352 OSS/CC, Bldg 581, Wing 6, Room 5, APO AE 09459 (Mildenhall, UK); 2)353 OSS/WX, Unit 5247, Bldg 3524, Kadena-CHO 96368-5247 Japan; 3)87 FW/CONS, Base Contracting Office, Bldg 1201 Rm 111, 5187 Selma Hwy, Montgomery AL 36108-4824; 4)193 CF/SCX, 81 Constellation Ct., Middletown, PA 17057-5086; and 5)HQ AFSOC/A6, 100 Bartley St., Ste 137E, Hurlburt Field FL 32544. ** ** To be eligible for award, Offeror must be Central Contractor Registered (CCR). Information concerning CCR registration requirements may be viewed via the Internet at http://ccr.edi.disa.mil or by calling the CCR Registration Centers at 1-888-227-2423. ** ** The following clauses apply to this acquisition and are included in full text: FAR 52.212-1-Instructions to Offerors--Commercial Items (Jan 2006) applies to this acquisition and is amended to read: FAR clauses and provisions can be located via the Internet at: http://farsite.hill.af.mil. The Government reserves the right to evaluate proposals and award a contract without discussions with offerors. Offers shall be evaluated in accordance with FAR 52.212-2-Evaluation--Commercial Items (Jan 1999), which is incorporated into this Request for Quote, with addendum to paragraph (a) as follows: The following factors shall be used to evaluate offers: (i) technical capability of the item(s) offered to meet the Government requirement as stated in this synopsis; (ii) price. The Government will make award to the responsible offeror whose offer conforms to the solicitation and is the greatest value to the Government. Past performance and technical capability are slightly more important than price. Each offeror shall include a completed copy of the provisions at FAR 52.212-3-Offeror Representations and Certifications--Commercial Items (Mar 2005), with the quotation FAR 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive orders-Commercial Items (Apr 2006) (Deviation), FAR 52.219-1-Small Business Program Representations (May 2004) Alternate I (Apr 2002), FAR 52.222-22-Previous Contracts and Compliance Reports (Feb 1999), FAR 52.222-25-Affirmative Action Compliance (Apr 1984), FAR 52.232-18-Availability of Funds (Apr 1984), FAR 52.252-1- Solicitation Provisions Incorporated by Reference (Feb 1998), FAR 52.252-2-Clauses Incorporated by Reference (Feb 1998), FAR 52.252-6-Authorized Deviations In Clauses (Apr 1984), DFARS 252.204-7004-Required Central Contractor Registration (Nov 2003), and DFARS 252.212-7001-Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items (Jun 2006) (Deviation). ** ** The following clauses and provisions are hereby incorporated either by reference or full text and are to remain in full force and effect in any resultant contract: FAR 52.212-4, FAR 52.219-6, FAR 52.222-3, FAR 52.222-19, FAR 52.222-21, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222-37, FAR 52.232-33, DFARS 252.225-7000, DFARS 252.225-7001, and DFARS 252.225-7002. A Firm-Fixed-Price Purchase Order will be issued in writing. ** ** Submit signed and dated offer with all required documentation to: Department of the Air Force, 16 CONS/LGCY, Attn: Ms. Cherri Duval, 350 Tully Street, Bldg 90339, Hurlburt Field FL 32544-5810 at or before 6:00 p.m. Central Standard Time, 15 August 2006. Responses/offers may be sent by mail, fax, or electronically. The POC for this solicitation is Ms. Cherri Duval at 850-884-7691 between the hours of 6:30 a.m. and 4:00 p.m. central standard time or via e-mail cherri.duval@hurlburt.af.mil. **
- Place of Performance
- Address: ** HQ AFSOC/A6, 100 Bartley St., Ste 137E, Hurlburt Field, FL 32544. **
- Zip Code: 32544
- Country: UNITED STATES
- Zip Code: 32544
- Record
- SN01105494-W 20060805/060803221837 (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 |