This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. (ii) FA4877-08-Q-0362 is issued as a request for quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-23. (iv) This procurement is being issued as Small Business Set-Aside under NAICS code 333314 with a Small Business Size Standard of 500 employees. (v) The contractor shall provide the following items: 1) Wilcox L3 G10 One Hole NVG Helmet Mounting System, or equal MFR: Wilcox Industries Corp P/N: 28300G10 QTY: 55EA 2) AN/PVS-14 Arm with NVG Interface Shoe, or equal MFR: Wilcox Industries Corp P/N: 26300G01 QTY: 55EA 3) Wilcox NVG Mounting Shoes, or equal MFR: Wilcox Industries Corp P/N: 14004G01 4) Please ensure that all shipping charges (F.O.B. Destination) and any applicable taxes are included into the cost of the above items. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. (ix) 52.212-2, Evaluation -- Commercial Items applies. Quotes will be evaluated on price. (x) Offerors must include a completed copy of the provision at, 52.204-8, Annual Representations and Certifications and submit with its offer. (xi) Clause 52.204-9, Personal Identity Verification of Contractor Personnel - contractor shall comply with agency personal identity verification procedures identified in the contract that implement Homeland Security Presidential Directive-12 (HSPD-12), Office of Management and Budget (OMB) guidance M-05-24, and Federal Information Processing Standards Publication (FIPS PUB) Number 201. (xii) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xiii) 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders--Commercial Items to include clauses 52.222-3, Convict Labor 52.219-6, Notice of Total Small Business Set-Aside 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of Vietnam Era, and Other Eligible Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.225-13, Restriction on Certain Foreign Purchases 52.204-7--Central Contractor Registration, 52.209-5--Certification Regarding Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters, 52.209-6--Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.232-33-Payment by Electronic Funds Transfer--Central Contractor Registration, 52.237-3--Continuity of Services, 52.247-34--F.O.B.- Destination, 52.222-19-Child Labor-Cooperation with Authorities and Remedies, 52.222-37-- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, 252.232-7003 Electronic Submission of Payment Requests, 52.211-6 Brand Name or Equal, and 5352.201-9101 AF Ombudsman clause- ACC Ombudsman follows: Mr. Ray Carpenter, 130 Douglas St, Suite 210, Langley AFB VA 23665-2791, phone (757) 764-5371, fax: (757) 764-4400, email:
[email protected]. Proposals will be due to the 355th Contracting Squadron, 3180 S. Craycroft Rd. Davis-Monthan AFB, AZ 85707, via fax or email by Wednesday 11 June 2008 1200 MST. Point of Contact is A1C David Poppe at e-mail
[email protected], Phone (520) 228-5458 Fax (520) 228-5284.
Bid Protests Not Available