Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 4,1998 PSA#2151

12th 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