Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 26, 2015 FBO #5024
MODIFICATION

58 -- Communication Equipment and Installation

Notice Date
8/24/2015
 
Notice Type
Modification/Amendment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th CONS, 1349 Lutman Drive, Joint Base Andrews, Maryland, 20762-6500, United States
 
ZIP Code
20762-6500
 
Solicitation Number
FA2860-15-T-0033
 
Archive Date
10/9/2015
 
Point of Contact
Donnell P. Nance, Phone: 2406126181
 
E-Mail Address
donnell.p.nance.civ@mail.mil
(donnell.p.nance.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for David Clark Five Piece Full Wireless Headset System (or equal commodity) and installation 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; quotations are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-79. The North American Industry Classification System code is 334220 with a business size standard of 750 people. The proposed contract will be awarded using 100% Small Business Set-Aside. FAR PROVISIONS: The provision at 52.212-1, Instructions to Offerors-Commercial Items is hereby incorporated. Addendum to FAR Provision 52.212-1 applies to this acquisition is as follows: The contractor shall submit their quote on company letterhead to including solicitation number; contact name; address; telephone number of the offeror; unit price; extended price; any discount terms; cage code, DUNS number; tax identification number (TIN); and size of business. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. 52.252-1 -- Solicitation Provisions Incorporated by Reference. Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (es): http://farsite.hill.af.mil/ (End of Provision) 52.252-5 -- Authorized Deviations in Provisions. Authorized Deviations in Provisions (Apr 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Provision) EVALUATION PROCEDURES: 52.212-2 : The contract will be awarded to the lowest price technically acceptable Offeror as determined by the Government in accordance with the requirement. Only those offerors determined to be in compliance with the tasks and deliverables as stated in the drafted solicitation (Attachment 1) will be considered for award. If additional information is required to support price reasonableness, each offeror may be required to provide a hard copy of their price break-down. Non-conformance with this requirement may result in the offerors quote being determined unacceptable. CONTRACT LINE ITEMS: PLEASE REFER TO ATTACHMENT ONE AND TWO FOR PERIOD OF PERFORMANCE, LINE ITEMS, INSPECTON AND ACCEPTANCE TERMS STATEMENT OF WORK AND DELIVERY/INSTALLATION LOCATION. CLAUSES/PROVISIONS AND OTHER INFORMATION MAY BE FOUND THERE AS WELL. NOTICE TO OFFERERS: This requirement is subject to the availability of funds; therefore, all quotes shall be valid until 30 Sep 15. To be eligible for an award, all contractors must be registered and active in the System for Award Management (SAM) database. A contractor can contact the SAM website at http://www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.eb.mil. All quotes must be received by 2:00 P.M. ET on 24 Sep 15 by email to primary point of contact Mr. Donnell Nance donnell.p.nance.civ@mail.mil. Questions concerning this solicitation should be addressed, in writing no later than 31 Aug 15 at 2 P.M. ET., to primary point of contact. All submitted questions will be answered by approximately 8 Sep 15. ATTACHMENTS: Attachment 1 - Drafted Solicitation
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/FA2860-15-T-0033/listing.html)
 
Place of Performance
Address: 1287 S. Dakota Ave., Andrews AFB, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN03852353-W 20150826/150824235406-48cf0ac927b4e25375c7797bc91b323e (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.