Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 04, 2010 FBO #3267
SOLICITATION NOTICE

61 -- AIRFIELD LIGHTING REGULATORS

Notice Date
11/2/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335129 — Other Lighting Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 434th Operational Contracting Office, 448 Mustang Ave, Grissom ARB, Indiana, 46971-5320
 
ZIP Code
46971-5320
 
Solicitation Number
FA4654-11-T-0001
 
Archive Date
11/30/2010
 
Point of Contact
DEBRA EDGERLY, Phone: 765 688 2807, Cynthia L Stephen, Phone: 765-688-2802
 
E-Mail Address
debra.edgerly.1@us.af.mil, cynthia.stephen@grissom.af.mil
(debra.edgerly.1@us.af.mil, cynthia.stephen@grissom.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The 434th Contracting Squadron, Grissom ARB, Indiana is soliciting offers for the purchase on a commercial Firm-Fixed Price contract for Airport Lighting Constant Current Regulator. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 and Subpart 13.5, as supplemented with additional information included in this notice. NOTE: THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION AT NO COST TO THE GOVERNMENT. This announcement constitutes the only solicitation; the request number is FA4654-11-T-0001 and is issued as a Request for Proposal. The solicitation document incorporated provisions and clauses are those in effect through the Federal Acquisition circular (FAC) 2005-16 and Defense Acquisition Circular (DAC) 91-13 and DFARS Change Notice (DCN) 20070212. The North American Industry Classification System (NAICS) code for this acquisition is 335129 with a size standard of 500 employees. This acquisition is unrestricted. Description of commodity: CLIN 0001 (2 EA) REGISTERED PART #82960-D-30-8-66-05-22 AIRFIELD LIGHTING REGULATOR, 30 KW, FAA L-829, DRY TYPE, 480V INPUT, 6.6A OUTPUT, 5-STEP OUTPUT BRIGHTNESS, STEP OUTPUT CURRENT MONITOR OPTION. FEATURES: ETL CERTIFIED, AIR COOLED, ADVANCED DIAGNOSTIC AIDS, SHUNT TYPE FERRO-RESONANT REGULATOR, ELAPSED TIME INDICATOR, BUILT-IN DIGITAL AMMETER, REGULATION LINE VOLTAGE WITH NO TAP CHANGES, ON/OFF SWICHING UNDER LOAD, LIGHTNING AND TRANSIET PROTECTION, 90% MINIMUM EFFICIENCY, HIGH POWER FACTOR, REMOTE RESET CAPABILITY, OPEN CIRCUIT PROTECTION, OVER CURRENT PROTECTION, COMPATABILITY OF MULTIPLE OPTIONS, SOFT ON/OFF, 10,000 FEET REMOTE CONTROL, TEMERAURE -40C - +55C, PLUG-IN PRINTED CIRCUIT BOARDS, AND CIRCUIT BOARD COMPATABILITY WITH DRY CCR OR EQUAL. Delivery of these items is F.O.B. 7104 Warthog Street, Bldg 641, Grissom ARB, IN 46971-5000. Final inspection will be at Grissom ARB, IN. The following clauses are incorporated by reference: FAR 52-212-1, Instructions to Offers-Commercial Item. 52.212-2, Evaluation-Commercial Items; Award will be made to the offeror whose quote represents the best value to the government based upon price and delivery. 52-212-3 Offeror Representations and Certifications-Commercial Items (Offerors must submit a complete copy with their offers; fill out online at ORCA, https://orca.bpn.gov/); 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, incorporating the following: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-28, Post-Award Small Business Program Rerepresentation 52.222-3, Convict Labor 52.222-19 Child Labor - Cooperation With Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers With Disabilities 52.223-18, Contractor Policy to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran--Certification. 52.232-33, Payment by Electronic Funds Transfer__ Central Contractor Registration; 52.211-6, Brand Name or Equal 52.233-3, Protests After Award 52.233-4, Applicable Law for Breach of Contract Claim; 52.247-34, F.O.B Destination or 52.247-29 FOB Origin 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payment Program; 252-232.7003, Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010, Levies on Contract Payments; 252.246-7003, Notification of Potential Safety Issues. 52.252-2 Clauses Incorporated by Reference; This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. Special Delivery Requirement for Airport Lighting Constant Current Regulators: Delivery of these items to be within the quoted lead-time. SUBMISSION GUIDELINES: Submitted quote must include the following: (1) the solicitation or reference number; (2) the time specified in the synopsis/solicitation for receipt of offers; (3) the name, address and telephone number of the offeror; (4) the price and discount terms (quote FOB Destination); (5) remit to address, if different than the mailing address; (6) estimated delivery date; (7) if quoting an equivalent, DESCRIPTIVE LITERATURE is required with quote in order to make a best value comparison; and, (8) acknowledgment of solicitation amendments, if any, or acceptance of offers. Vendors must be registered in Central Contractor Registration (www.ccr.gov) before award can be made. All responses must be received no later than 9:00 A.M., Eastern Standard Time on 15 November 2010. The quote is at the discretion of the offeror. Send all packages to 434 CONF/LGC, Attn: Cynthia Stephen, 1900 W. Mustang Ave (Bldg 448), Grissom ARB, Indiana 46971 or via email to cynthia.stephen @us.af.mil. Ms Debra Edgerley will be the alternate POC and email is debra.edgerley.1@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/434OCO/FA4654-11-T-0001/listing.html)
 
Place of Performance
Address: 1900 W MUSTANG AVE (BLDG 448), GRISSOM ARB, Indiana, 46971, United States
Zip Code: 46971
 
Record
SN02321276-W 20101104/101102234441-af90792208337d2dbaea5a25a42d367c (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.