MODIFICATION
58 -- Land Mobile Radio MCC7500 console
- Notice Date
- 9/17/2012
- Notice Type
- Modification/Amendment
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Combat Command, 633 CONS, 74 Nealy Avenue, Suite 100, Langley AFB, Virginia, 23665, United States
- ZIP Code
- 23665
- Solicitation Number
- F2Q3132229A001
- Archive Date
- 10/2/2012
- Point of Contact
- Justin D. Scherer, Phone: 7577645802
- E-Mail Address
-
justin.scherer@langley.af.mil
(justin.scherer@langley.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- REQUEST FOR QUOTATIONS Issued By: 633d Contracting Squadron/LGCA 10 September 2012 74 Nealy Avenue Langley AFB, VA 23665 RFQ NUMBER: F2Q3132229A001 TITLE: Land Mobile Radio This solicitation is being issued as a Request for Quotation (RFQ) IAW FAR Part 12 & 13 procedures. Submit only written quotations for RFQ F2Q3132229A001 in response to this solicitation. This RFQ constitutes the only notice as this requirement is exempt from synopsis by FAR 5.202(a)(13). This acquisition is set-aside for SB under NAICS code 334220 with a 750 Employee size standard. Please submit a quote for the items listed below and the attached PWS: Description Quantity EA Total Equipment must be Motorola Brand 1 Installation Services 1 1 year warranty 1 The required delivery date is 90 days after date of contract. FOB point is Destination. All quotes must be emailed to POC SSgt Justin Scherer at 633 CONS/LGCA by 17 September 2012, 12:00 pm, Eastern Standard Time (EST). All contractors must be registered in the Central Contractor Registration http://www.ccr.gov database prior to any contract award. Please submit the following information with each quote: Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, Date Offer Expires, Warranty, Line Item Unit Price(s), and Total Price. BASIS FOR AWARD: IAW FAR 13.106-1(a)(2) award will be made to the offeror who represents the best value to the Government. The following evaluation factor(s) will be used to determine best value: Price PROVISIONS/CLAUSES: This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The below provisions and clauses may be obtained via internet at http://farsite.hill.af.mil. The following FAR provisions and clauses are applicable to this solicitation: FAR 52.212-1, Instructions to Offerors - Commercial Items. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations FAR 52.228-5, Work on Government Installation FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations FAR 52.219-6, Notice of Total Small Business 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 52.232-99, Providing Accelerated Payment to Small Business Subcontractors The following DFARS provisions and clauses are applicable to this solicitation: DFARS 252.211-7003, Item Identification and Valuation DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.232-7003, Electronic Submission of Payment Request and Receiving Reports DFARS 252.204-7004 w/ Alt A Central Contractor Registration The following AFFARS provisions and clauses are applicable to this solicitation: 5352.201-9101 Ombudsman 5352.223-9001 Health and Safety on Government Installations 5352.242-9000 Contractor Access to Air Force Installations POINTS OF CONTACT SSgt Justin Scherer, Contract Specialist, Phone 757-764-5802, Fax 757-764-7447, Justin.Scherer@langley.af.mil Elaine Ashe, Contracting Officer, Phone 757- 764-8619, Fax 757-764-7447, elaine.ashe@us.af.mil Email any questions to SSgt Justin Scherer at Justin.Scherer@langley.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/1CONS/F2Q3132229A001/listing.html)
- Place of Performance
- Address: Langley AFB, Langley AFB, Virginia, 23665, United States
- Zip Code: 23665
- Zip Code: 23665
- Record
- SN02886858-W 20120919/120918002610-3f85f5205c0cf1f466ed7800cbd02d4b (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 |