Federal Bid

Last Updated on 05 Dec 2013 at 7 PM
Combined Synopsis/Solicitation
Laughlin air force base Texas

36 -- BIRD SCARE CANNONS

Solicitation ID Reference-Number-F20S28050A001
Posted Date 10 Mar 2008 at 4 AM
Archive Date 05 Dec 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa3099 47 Conf Cc
Agency Department Of Defense
Location Laughlin air force base Texas United states 78843
This is a combined synopsis/solicitation for commercial items prepared by the 47th Contracting Squadron Laughlin AFB, TX 78843 in accordance with the format in Federal Acquisition Requirements (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. Solicitation number F2R0S28050A001 is hereby issued as a Request for Quotation (RFQ) using FAR Subpart 13.1 Simplified Acquisition Procedures. This is a ?brand name or equal? requirement in accordance with (IAW) FAR provision 52.211-6 ?Brand Name or Equal?, (Aug 1999). This acquisition is 100% Small Business Set-Aside and is under North American Industry Classification System code 423820, with a small business size standard of 500 employees. Bird Scare Cannon System, Margo Zon Mark 5 or Equal. The system must have two portable, button-fired cannons that can be mounted in the back of a truck. Each portable cannon must include a battery equal to 6VDC nominal and a push button activator cable; the cable must be a 10-12 foot cigarette adaptor power cable. 12 multi-directional cannons with transmitter receiving capabilities, solar power recharging kits, and tripods to increase the effective range of the cannons are also needed. The cannons once mounted to the tripod must not exceed 4 feet in height. This is a total of 14 cannons that will be required. The cannons must weigh no more than 50 lbs and be mobile enough for one person to move them around with out assistances. Four handheld radio transmitters are needed that can fire individual cannons on the airfield as well as one multi-program radio transmitter for the tower. Each radio transmitter must be capable of supporting at least 10 different frequencies. Collectively these four 10 frequency radio transmitters must be capable of firing all 12 of the canons. Please provide FOB Destination to 80 Rio Lobo Lane, Bldg 401 Laughlin AFB, TX 78843-5137. Please provide price, part numbers, descrriptions of all item and include shipping as separate line item cost in proposal. CLIN 0001: Multi-directional bird scare cannons, Zon Mark 5 Scare Cannon w/Receiver (900 MHZ system) Margo P/N 1006 or Equal (Qty 12) CLIN 0002: Twelve Volt Gel Battery/Solar Kit P/N 1005 or Equal.(Qty 12) CLIN 0003: Tripod stands P/N 1003A or Equal (Qty 12) CLIN 0004: Portable, button-fired cannons Zon Mark 5 Scare Cannon w/Push Button Margo P/N 1005 or Equal (Qty 2) CLIN 0005: 16-Channel Transmitter (900 MHZ system) Margo P/N 1006F or Equal(Qty 5) CLIN 0006: 10-12 foot Cigarette Adapter Power Cable (Qty 2) CLIN 0007: Batteries equal to 6VDC nominal (Qty 2) Please provide the following information in your RFQ: a. Prompt Payment Discount Terms b. Proposed Delivery Time c. How long the quote is valid This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-23, effective 26 Dec 2007 and Class Deviation 2005-00001 and the Defense Federal Acquisition (DFARS) Change Notice 20080124. It is the offeror?s responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions may be accessed via the Internet at website http://farsite.hill.af.mil. The following clauses and provisions are incorporated and are to remain in full force in any resultant purchase order: FAR 52.204-7, Central Contractor Registration (Jul 2006); FAR 52.211-6, Brand Name or Equal (Aug 1999); FAR 52.212-1, Instructions to Offerors - Commercial Items (Nov 2007); FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2007), and any addenda to the provision as listed in this notice; FAR 52.219-6, Notice of Total Small Business Set-Aside (June 2003); FAR 52.222-3, Convict Labor (Jun 2003); FAR 52.222-19, Child Labor?Cooperation with Authorities and Remedies (Aug 2007); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Mar 2007); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun1998); FAR 52.222-50, Combating Trafficking in Persons (Aug 2007); FAR 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006); FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (Oct. 2003); FAR 52.233-3, Protest After Award (Aug 1996); FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004); FAR 52.243-1, Changes - Fixed Price (Aug 1987); FAR 52.247-34, F.O.B. Destination (Nov 1991); FAR 52.253-1, Computer Generated Forms (Jan 1991); DFARS 252.204-7003, Control of Government Personnel Work Product (Apr 1992); DFARS 252.204-7004 Alternate A, Central Contractor Registration (Sep 2007); DFARS 252.225-7000, Buy American Act - Balance of Payments Program Certificate (Jun 2005); DFARS 252.225-7002, Qualifying Country Sources as Subcontractors (APR 2003); DFARS 252.232-7010, Levies on Contract Payments (Dec 2006); DFARS 252.243-7001, Pricing of Contract Modifications (Dec 1991); The following clauses/provisions are incorporated by full text FAR 52.212-3 Alternate 1, Offeror Representations and Certifications - Commercial Items (Nov 2007); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders --Commercial Items (Aug 2007) (DEVIATION); FAR 52.219-28, Post-Award Small Business Program Representation (June 2007); FAR 52.222-25, Affirmative Action Compliance (Apr 1984); FAR 52.252-3, Alterations in Solicitation (Apr 1984); FAR 52.252-4, Alterations in Contract (Apr 1984); DFARS 252.211-7003, Item Identification and Valuation (Jun 2005); DFAR 252.232-7003, Electronic Submission of Payment Requests (MAR 2007); The following clauses are incorporated and amended as follows: FAR 52.212-2, Evaluation - Commercial Items (Jan 1999);(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: price, technical capability of the item offered to meet the Government requirement. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Addendum to FAR 52.212-4, Contract Terms Conditions ? Commercial Items (Feb 2007) Reference FAR 52.212-4, Paragraph (c) is hereby tailored as follows: (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties. Administrative changes such as paying office, appropriation data, typographical errors, etc., may be changed unilaterally by the Government. FAR 52.219-1 Alternate 1, Small Business Program Representations (May 2004) is amended to add ?336212? and ?500 employees?; FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) is amended to include Internet address: http://farsite.hill.af.mil; FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) is amended to include http://farsite.hill.af.mil; FAR 52.252-6, Authorized Deviations in Clauses (Apr 1984) is amended in paragraph (b) to add ?Department of Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 1)?; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2007), the following clauses within this clause are applicable: 252.225-7035 Buy American Act--Free Trade Agreements--Balance Of Payment Program Certificate (OCT 2006), DFAR 252.247-7023 Transportation of Supplies By Sea (May 2002) with its Alt III (May 2002); AFFARS 5352.201-9101, Ombudsman (Aug 2005) (Maria G. Beckett, Chief, Business Operations Branch, AETC/A7KB, 2035 1st Street West, Ste 1, Randolph AFB TX 78150-4304, phone (210) 652-7905, facsimile (210) 652-8348, [email protected].) In Accordance with DFARS 252.232-7003, Invoicing and payments must be made utilizing the Wide Area Work Flow (WAWF) - To register and submit invoice go to https://wawf.eb.mil. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. This purchase will incorporate one or more clauses 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. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. A Firm-Fixed Price purchase order will be issued in writing to the successful offeror. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the Central Contractor Registration. To register you may call 1-888-227-2423 or apply via the Internet at http://www.ccr.gov. The quote format is at the discretion of the offeror. Include FAR 52.212-3 Alternate 1, Offer Representation and Certification, FAR 52.219-1 Alternate 1, Small Business Program Representations, and FAR 52.219-28, Post-Award Small Business Program Representation with Offer as well as identification of any and all end products that are not domestic end products IAW DFARS 252.225-7000, Buy American Act - Balance of Payments Program Certificate. No telephonic responses will be processed. All responses must be received no later than 1:00 P.M., Central Standard Time on 17 March 08. Please send quotes to A1C Scott McCoy by fax at (830) 298-4178 or by e-mail [email protected] . If you have any questions please call (830) 298-5992 or send an e-mail to the above address. You may also contact the alternate POC, SSgt Arturo Castro, at (830) 298-4711, or by e-mail [email protected].
Bid Protests Not Available

Similar Past Bids

Reno Nevada 06 Nov 2023 at 8 PM
Laughlin air force base Texas 14 Mar 2019 at 9 PM
Reno Nevada 06 Nov 2023 at 7 PM
Location Unknown 22 Aug 2012 at 4 AM
Location Unknown 19 Jul 2016 at 12 PM

Similar Opportunities

Laughlin air force base Texas 21 Jul 2025 at 9 PM
Hill air force base Utah 30 May 2026 at 10 PM
Laughlin air force base Texas 18 Jul 2025 at 6 PM
Hill air force base Utah 30 May 2026 at 10 PM