SOLICITATION NOTICE
J -- Refurbish SATCOM CCT120 - Performance Work Statement
- Notice Date
- 9/14/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811213
— Communication Equipment Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
- ZIP Code
- 31098-1611
- Solicitation Number
- F3QTAB6176A001
- Archive Date
- 10/5/2016
- Point of Contact
- Bret M Cox, Phone: 4783277302
- E-Mail Address
-
bret.cox@us.af.mil
(bret.cox@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Performance Work Statement This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested, and a separate written solicitation will not be issued. THIS SOLICITATION WILL NOT RESULT IN AN ORDER AGAINST AN FEDERAL SUPPLY SCHEDULE. ANY OFFER WHICH IS PREDICATED UPON THE AWARD BEING PLACED AGAINST AN FSS WILL NOT BE CONSIDERED. THIS IS A SOLE SOURCE REQUIREMENT TO DATAPATH INC.. This combined/synopsis soliciatation is related to a sole source requirement (DataPath Inc.) The contractor shall provide refurbish/reset services for three CCT120 satellite communications systems to support 52nd Combat Communications Squadron Special Missions Flight at the contractor facility in Duluth GA in strict accordance with attached PWS dated 19 July 2016. Contractor/Vendor: DataPath Inc. Justification for Sole Source: The manufacturer, SWE-Dish, no longer repairs or maintains CCT120s. DataPath bought out SWE-Dish and now owns the rights to the CCT120. DataPath is the only company that maintains and repairs CCT120s. Price(s) should be FOB Destination (Robins AFB GA 31098). In addition to price and delivery, quote should include your cage code, DUNS number, and taxpayer ID number. Requested delivery date is 30 days ARO or earlier. Quotations should be emailed to Bret Cox at bret.cox@us.af.mil no later than 20 Sep 2016, 12:00 pm EST. The following clauses are applicable to subject solicitation (current through FAC 2005-89 dated 15 Aug 2016 and DPN 20160830 dated 30 Aug 2016): FAR 52.204-7 System for Award Management (Contractor must be registered prior to receiving any award ( https://www.sam.gov ) FAR 52.211-6 Brand Name or Equal FAR 52.212-1 Instructions to Offerors FAR 52.212-2 Evaluation-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 Orders - Commercial Items FAR 52.245-1 Government Property FAR 52.245-9 Use and Charges FAR 52.247-34 FOB Destination FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Register DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. DFARS 252.211-7003 Item Identification and Valuation (Appl if unit price exceeds $5K.) DFARS 252.211-7007 Reporting of Government-Furnished Property DFARS 252.232.7003 Electronic Submission of Payment Requests (WAWF is the method used by DoD for processing invoices/receiving reports.) DFARS 252.245-7001 Tagging, Labeling, and Marking of Government-Furnished Property DFARS 252.245-7002 Reporting Loss of Government Property DFARS 252.245-7003 Contractor Property Management System Administration DFARS 252.245-7004 Reporting, Reutilization, and Disposal In accordance with Clause 52.212-2, the evaluation factors shall be price and price related factors. DFARS 252.209-7992 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under any Federal Law - Fiscal Year 2015 Appropriations (attached in Full Text) 52.209-11 - Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. As prescribed in 9.104-7 (d), insert the following provision: Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that-- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/F3QTAB6176A001/listing.html)
- Place of Performance
- Address: Robins AFB, Georgia, 31098, United States
- Zip Code: 31098
- Zip Code: 31098
- Record
- SN04270523-W 20160916/160914234426-a19ab1fa39256afbed9174d73605b6cc (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 |