Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2011 FBO #3491
SOLICITATION NOTICE

61 -- K735 Test Set - Sole Source Letter

Notice Date
6/14/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
F3ZT901158A001-Seide
 
Archive Date
7/2/2011
 
Point of Contact
Alexander C. Seide, Phone: 7074247766, Keith Philaphandeth, Phone: 707-424-7738
 
E-Mail Address
alexander.seide@us.af.mil, keith.philaphandeth@travis.af.mil
(alexander.seide@us.af.mil, keith.philaphandeth@travis.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sole Source Letter This is a combined synopsis/solicitation for commercial items prepared 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 a written solicitation will not be issued. The solicitation number is F3ZT901158A001; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-52 effective 31 May 2011; Defense DCN 20110608 effective 13 Jun 2011, and AFAC 2011-0421 effective 21 Apr 2010. This acquisition is an intended sole source; The North American Industry Classification System (NAICS) code is 334515 The business size standard is 500 employees. The Federal Supply Class (FSC) is 6110. The Standard Industrial Classification (SIC) is 5063. This notice of intent to award a sole source contract under statutory authority 10 USC 2304(c) (1), set forth in Federal Acquisition Regulation 6.302-1, "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements." Travis AFB has a requirement for accessories K735 Test Set Repair and Upgrade. Travis AFB intends to award a contract on a sole source basis to Avtron Aerospace, Inc. 7900 E Pleasant Valley Rd., Cleveland, OH 44131-5529. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority cited above. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, interested parties may submit proposals via email to A1C Alexander Seide at alexander.seide@us.af.mil or fax 707-424-5189 no later than 17 June 2011, 08:00 a.m. PST which will be considered by the Government. A determination by the Governemnt not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. 0001-AA : Avtron Upgrade Kit for use with existing K735 Test Set at Travis AFB. Includes: K735 Upgrade Kit - Hardware (A computer inclusive of the following minimum specifications: Pentium Processor, 4GB Hard Drive space or greater, 32 MB Ram or greater, 3.5 inch floppy disk drive, 4x CD Disc Drive or faster, 56kHz fax/modem, 15" SVGA color monitor) Add'l hardware: Keithley meter to replace Fluke meter: K735 Upgrade Kit Software. (Inclusive of the following minimum specifications: Windows 98, Extended Megabasic, Updated K735 Operating System Software.) On-site service up to 3 working days (includes: installation, startup, troubleshooting and training. Note: Travel and living expenses included). Note: Newer revisions/versions of any/all the listed items, when they exist, will be provided instead of older products. 1 Each Award shall be made in the aggregate, all or none. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in: FAR 52.212-1 Instructions to Offerors -- Commercial Items; FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) lowest price technically acceptable; delivery date; FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items; FAR 52.222-3 Convict Labor; FAR 52.233-3 Protest after award; FAR 52.233-4 Applicable Law for Breach of Contracts; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.219-28 Post-Award Small Business Program Representation; FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-50 Combating Trafficking in Persons; DFARS 252.225-7001 Buy American Act and Balance of Payment Programs; DFARS 252.225-7002 Qualifying country sources as subcontractors; DFARS 252.204-7003 Control of Government Personnel Work Products; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252-232-7003 Electronic Submission of Payment Requests; DFARS 252.247-7023 Transportation of Supplies by Sea, Alternate III; FAR 52.212-5 Contract Terms and Condition Required to Implement Statues or Executive rders-Commercial Items (Deviation); FAR 52.252-2 Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil; FAR 52.252-6 Authorized Deviation in Clauses, with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2; DFARS 252.204-7006 Billing Instructions; DFARS 252.212-7001 Contract Terms and Conditions (Deviation); AFFARS 5352.201-9101 Ombudsman. 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 52.204-10 Reporting Executive Compensation & First Tier Subcontract Awards; Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Verbal requests will not be accepted. Offerors must provide written acknowledgement of any and all amendments to this solicitation with your offer. Otherwise, offer may not be considered for award. If a fax was sent, please email alexander.seide@us.af.mil to confirm the fax was received. Point of contact is A1C Alexander Seide, Contract Specialist, telephone 707-424-7766. Alternate POC is Capt. Keith Philaphandeth, Contracting Officer, telephone 707-424-7738.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F3ZT901158A001-Seide/listing.html)
 
Place of Performance
Address: Travis AFB, CA, Travis AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN02471931-W 20110616/110614234614-b83a294f282b5efa8b831e8f5b88fd8f (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.