Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 25, 2015 FBO #5054
SOLICITATION NOTICE

63 -- Hazardous Materials Detector

Notice Date
9/23/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
 
ZIP Code
89191-7063
 
Solicitation Number
F3G3JE5237AW02-HazardousMaterialsDetector
 
Archive Date
10/10/2015
 
Point of Contact
Dillon M. Lucas, Phone: 7026529576, Charlie E. Urrabazo,
 
E-Mail Address
dillon.lucas@us.af.mil, charlie.urrabazo@us.af.mil
(dillon.lucas@us.af.mil, charlie.urrabazo@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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. SOLICITATION #: F3G3JE5237AW02 This combined synopsis/solicitation is issued as a Request For Quotes. A Firm Fixed Price type contract will be awarded. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83 effective 03 SEP 2015. This combined synopsis/solicitation is being issued as a 100% Small Business Set Aside. NAICS: 334511 This solicitation is for a brand-name OR EQUAL requirement. All equal responses will be considered for award. CLIN 0001 - SABRE 5000 Detector; Mfg Smiths Detection OR EQUAL (3 EA) - Must be handheld, portable, and durable, must be able to simultaneously detect bomb making materials, common drugs, chemical agents, toxic industrial chemicals, and scan all substances in less than 20 seconds; including shipping CLIN 0002 - Consumables Package (3 EA) - 20,000 samples CLIN 0003 - Extended Depot Warranty (3 EA) - 5 Years; includes, repairs performed at service depot, out-bound freight, all parts and labor, unlimited 24/7 technical support CLIN 0004 - Operator Training Course (1 EA) - Onsite training class to familiarize users with the product Delivery Schedule: Provide best possible delivery date with quote Delivery Location: Creech AFB, NV 89018 FOB Point: Destination FAR 52.212-1 - Instructions to Offerors applies to this acquisition Provision Addenda: All quotes shall include the following minimum information: Cage Code, Duns Number, Taxpayer I.D. No., Payment Terms, and/or Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, Email and Proposed Delivery Schedule. IAW FAR 52.204-7and DFARS 252.207-7004 Alt A, prospective vendors must be registered in the SAM database prior to contract award. Lack of SAM registration shall be a determining factor for contract award. Prospective vendors should visit the SAM website at https://www.sam.gov/portal/public/SAM/#1#1 to register. FAR 52.212-2 - Evaluation - Commercial Items: Contract award will be made to the responsive offeror whose offer will result in the best value to the government, with price and delivery being the considerations. This is an "all or none" requirement and will be awarded on one contract. Multiple contracts will not be issued. Vendors who do not quote the entire package requested will be considered non-responsive and their quote will not be evaluated. FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items: An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision and must submit these paragraphs with their proposal. FAR 52.212-4 - Terms and Condition - Commercial applies to this acquisition FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies to this acquisition. The following FAR clauses cited are applicable to this acquisition: FAR 52.203-6 Alt I, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-37, 52.225-13, and 52.232-33 DFARS 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The following FAR clauses cited are applicable to this acquisition: DFARS: 252.225-7001, 252.247-7023 Alt III The following additional provisions or clauses are specific to this particular requirement: FAR 52.219-6 - Notice of Total Small Business Set-Aside FAR 52.247-34 - FOB Destination DFARS 211-7003 - Item Identification and Valuation AFFARS 5352.242-9000 - Contractor Access to Air Force Installations All responsible sources may submit a quotation which shall be considered. Quotations may be emailed to dillon.lucas@us.af.mil no later than 25 SEP 15, 2:00 PM PST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/99CONS/F3G3JE5237AW02-HazardousMaterialsDetector/listing.html)
 
Place of Performance
Address: Creech AFB, Indian Springs, Nevada, 89018, United States
Zip Code: 89018
 
Record
SN03900223-W 20150925/150923235746-df8ef94615e49b006b35d6996cc0fd98 (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.