|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 4,1998 PSA#215112th Contracting Squadron/LGC, 395 B Street West, Randolph AFB, TX
78150-4525 99 -- NON-LETHAL, RADIO-CONTROLLED, PROGRAMMABLE, AUTOMATED BIRD-
DETERRENT SYSTEM SOL F41691-98-Q0831 DUE 082098 POC Audrey Smid, (210)
652-5171, Cynthia Gates, (210) 652-5171, or Fred Lagunas (210)
652-5145 This is a combined synopsis/solicitation for commercial items
prepared in accordance with the format in Subparts 12.6 and 13.5, 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
F4169198Q0831 is issued as a Request For Quote (RFQ) and incorporates
provisions and clauses in effect through Federal Acquisition Circular
97-05. This acquisition has no business size restriction, utilizing the
Size Standard in FAR Part 19 under Standard Industrial Code 9999, and
the Business Size Standard is $5.0M. The Government intends to award a
Firm Fixed Price Purchase Order under Simplified Acquisition
Procedures (SAP). 12 CONS, Randolph AFB, TX has a requirement for the
delivery and installation of item 0001 -- Non-lethal, radio controlled,
automated; programmable bird-deterrent system on the East and West
runway environments at Randolph AFB TX in accordance with Statement of
Work (SOW). The SOW can be obtained on HQ AETC Homepage at
http://www-contracting.aetc.af.mil/cgi-bin/commodities?list. Offerors
must provide brochures/literature of system being offered along with
their quote. The technical literature submitted needs to clearly
communicate the offeror's understanding and compliance with the minimum
requirements as set forth in the SOW or any alternative proposal
submitted in response to this RFQ. Discussions may or not be held with
offeror's therefore each offeror's initial proposal should be complete
and accurate. FOB destination is required by the Government. FOB point
is East and West runway environments at Randolph AFB TX. The required
delivery and complete installation is 30 days after award. Contractor
shall provide all materials, labor and transportation necessary to
deliver the above mentioned items. Offerors must provide warranty
information specific to all equipment. The following clauses and
provisions can be viewed through internet access at the AF FAR Site,
http://farsite.hill.af.mil. The following FAR provisions and clauses
apply to this acquisition: 52.212-1, Instructions to
Offerors-Commercial Items (AUG 98). 52.212-2, Evaluation -Commercial
Items. Award will be made to the offeror whose proposal represents the
best value to the Government. A combination of the technical
evaluation, past performance, and price will determine the best value
to the Government. Technical compliance/acceptability and past
performance are more important than price. Alternative proposals are
encouraged. The minimum requirements as set forth in the SOW reflect
the Government's desired features for a non-lethal bird deterrent
system. However, alternative proposals demonstrating technically
equivalent or technically superior performance characteristics than
those outlined in the SOW will be considered. Offerors must provide
along with their quote, information regarding past performance on like
systems. Offerors must submit company name(s), address(es), telephone
number(s), name(s) of contact(s), contract number(s) and any other
pertinent information to document past performance of the specific
tasks of the system required by the Government. This information must
include at a minimum three contracts placed over the past three years.
Past performance will be used to evaluate the contractors ability to
perform. Past performance information should be sumbitted by 12 Aug 98.
A site visit is scheduled for the morning of 11 AUG 98, 9:00 A.M.,
local time, with vendor demonstrations immediately following for those
contractors wishing to conduct a product demonstration. Offerors
interested in a site visit and vendor demonstration should notify
Cynthia Gates (210)652-5171 for scheduling by 10 Aug 98 by 2:00 P.M.
(CST). Attending a site visit and conducting a product demonstration
will be at no additional cost to the government. Offerors must include
with their offer a completed copy of the provisions at FAR 52.212-3,
Offeror Representations and Certifications-Commercial Items (JAN 97);
DFARS 252.212-7000, Offeror Representations and
Certifications-Commercial Items (NOV 95); 52.212-4, Contract Terms and
Conditions-Commercial Items (AUG 96); Clause 52.212-5, Contract Terms
and Conditions Required to Implement Statutes or Executive
Orders-Commercial Items (JUN 98); 52.222-26, Equal Opportunity (APR
84); 52.222-35, Affirmative Action for Disabled Veterans and Veterans
of the Vietnam Era (APR 98); 52.222-36, Affirmative Action for Workers
with Disabilities (JUN 98); 52.222-37, Employment Reports on Disabled
Veterans and Veterans of the Vietnam Era (APR 98); 52.247-34, F.O.B.
Destination (NOV 91); DFARS 252.212-7001 Contract Terms and Conditions
Required to Implement Statutes or Executive Orders Applicable to
Defense Acquisitions of Commercial Items (MAR 98), specifically the
following clause is applicable to this solicitation: 252.225-7036 Buy
American Act-North American Free Trade Agreement Implementation
Act-Balance of Payments Program (MAR 98). Maps to scale, and maps
indicating Randolph'swildlife surveys, will be made available by faxing
written request to Cynthia D. Gates at (210)652-7486 to include company
name, address, voice and fax phone numbers, and a point of contact.
Offers must be sent in writing/fax to the Purchasing Agent above no
later than 20 AUG 98 at 2:00 P.M. (CST). Award will be made on or about
28 SEP 98. Effective 1 JUN 98, contractors must be registered in the
Central Contractor Registration (CCR) prior to receiving any contract
award. You can register in the CCR by calling 1-888-227-2423, or via
the Internet at http://ccr.edi.disa.mil. All responsible sources may
submit an offer, which, if timely received, will be considered by this
agency. Posted 07/31/98 (W-SN231275). (0212) Loren Data Corp. http://www.ld.com (SYN# 0389 19980804\99-0010.SOL)
99 - Miscellaneous Index Page
|
|