Federal Bid

Last Updated on 22 Mar 2011 at 8 AM
Combined Synopsis/Solicitation
Nellis air force base Nevada

SABRE 4000 Repair & Upgrade

Solicitation ID F3G3LA1040AQ02
Posted Date 28 Feb 2011 at 6 PM
Archive Date 22 Mar 2011 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa4861 99 Cons Lgc
Agency Department Of Defense
Location Nellis air force base Nevada United states
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.

SOLICITATION #: F3G3LA1040AQ02 - SABRE 4000 Repair

This combined synopsis/solicitation is issued as a Request For Quotes

NAICS: 334511

The purchase of the following service from SmithsDetection, Inc.: Depot Repair Service Agreement.

CLIN 0001: 9 Ea. - Perform evaluation, upgrade, and repair of SABRE 4000 Explosives, Narcotics, Chemical Warfare & TICs Detection System.

The following Numbered Notes apply to this Solicitation: 22
The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received by solicitation closing date and time will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.

The following provisions and clauses (current through Fac 2005-48, Effective 31 Jan 2011) are applicable to subject solicitation: FAR 52.204-7 - CCR, FAR 52.212-1 - Instructions to Offerors, 52.212-3 - Offeror Representations and Certifications - Commercial Items, FAR 52.212-4 - Terms and Condition - Commercial, FAR 52.212-5 Dev - Statutes/Exec Orders, FAR 52.219-28 - Post-Award Small Business Program Representation, FAR 52.222-3 - Convict Labor , FAR 52.222-19 - Child Labor, FAR 52.222-21 - Prohibit Segregated Facilities, FAR 52.222-37 - Employment Reports on Special Disabled Veterans, FAR 52.222-41 - Service Contract Act of 1965, FAR 52.222-42 - Statement of Equivalent Rates for Federal Hires FAR 52.225-13 - Restrictions on Foreign Purchase, FAR 52.232-1 - Payments, 52.232-33 - Payment by EFT - CCR, FAR 52.247-34 - FOB Destination, FAR 52.252-1 - Provisions Incorporated by Reference, FAR 52.252-2 - Clauses Incorporated by Reference, FAR 52.252-5 - Authorized Deviations in Provisions, FAR 52.252-6 - Authorized Deviations in Clauses, DFARS 252.204-7003 - Control of Government Personnel Work Product, DFARS 252.204-7004 Alt A - Required Central Contractor Registration, DFARS 252.212-7001 - Dev Terms and Conditions, DFARS 252.225-7000 - Buy America Act - Balance of Payments Program, DFARS 252.225-7002 - Qualifying Country Sources as Subcontractors, DFARS 252.232-7003 - Electronic Submission of Payment Requests, AFFARS 5353.201-9101 - Ombudsman, AFFARS 5352.242-9000 - Contractor Access to Air Force Installations

IAW FAR 52.204-7and DFARS 252.207-7004 Alt A, prospective vendors must be registered in the CCR database prior to contract award. Lack of CCR registration shall be a determining factor for contract award. Prospective vendors should visit the CCR website at http://www.ccr.gov/Start.aspx to register.

IAW FAR 52.212-3, Offeror Reps and Certs - An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision and must submit these paragraphs with their proposal.

All quotes shall include the following minimum information: Estimated delivery date, Cage Code, Duns Number, Taxpayer I.D. No., Payment Terms, and/or Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, Email and Proposed Delivery Schedule.

Prices shall be FOB Destination with delivery and acceptance at: Nellis AFB, Las Vegas, NV 89109

All responsible sources may submit a quotation which shall be considered. Quotations may be emailed to Staff Sergeant Martin Gonzales at [email protected] no later than Monfay, 7 March 2011, 12:00 pm PST.

 

his 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.

SOLICITATION #: F3G3LA1040AQ02 - SABRE 4000 Repair

This combined synopsis/solicitation is issued as a Request For Quotes

NAICS: 334511

The purchase of the following one-time service from P and E Construction, LLC: Transformer Repair

CLIN 0001: 9 Ea. - Perform evaluation, upgrade, and repair of SABRE 4000 Explosives, Narcotics, Chemical Warfare & TICs Detection System.

The following Numbered Notes apply to this Solicitation: 22
The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received by solicitation closing date and time will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.

The following provisions and clauses (current through Fac 2005-48, Effective 31 Jan 2011) are applicable to subject solicitation: FAR 52.204-7 - CCR, FAR 52.212-1 - Instructions to Offerors, 52.212-3 - Offeror Representations and Certifications - Commercial Items, FAR 52.212-4 - Terms and Condition - Commercial, FAR 52.212-5 Dev - Statutes/Exec Orders, FAR 52.219-28 - Post-Award Small Business Program Representation, FAR 52.222-3 - Convict Labor , FAR 52.222-19 - Child Labor, FAR 52.222-21 - Prohibit Segregated Facilities, FAR 52.222-37 - Employment Reports on Special Disabled Veterans, FAR 52.222-41 - Service Contract Act of 1965, FAR 52.222-42 - Statement of Equivalent Rates for Federal Hires FAR 52.225-13 - Restrictions on Foreign Purchase, FAR 52.232-1 - Payments, 52.232-33 - Payment by EFT - CCR, FAR 52.247-34 - FOB Destination, FAR 52.252-1 - Provisions Incorporated by Reference, FAR 52.252-2 - Clauses Incorporated by Reference, FAR 52.252-5 - Authorized Deviations in Provisions, FAR 52.252-6 - Authorized Deviations in Clauses, DFARS 252.204-7003 - Control of Government Personnel Work Product, DFARS 252.204-7004 Alt A - Required Central Contractor Registration, DFARS 252.212-7001 - Dev Terms and Conditions, DFARS 252.225-7000 - Buy America Act - Balance of Payments Program, DFARS 252.225-7002 - Qualifying Country Sources as Subcontractors, DFARS 252.232-7003 - Electronic Submission of Payment Requests, AFFARS 5353.201-9101 - Ombudsman, AFFARS 5352.242-9000 - Contractor Access to Air Force Installations

IAW FAR 52.204-7and DFARS 252.207-7004 Alt A, prospective vendors must be registered in the CCR database prior to contract award. Lack of CCR registration shall be a determining factor for contract award. Prospective vendors should visit the CCR website at http://www.ccr.gov/Start.aspx to register.

IAW FAR 52.212-3, Offeror Reps and Certs - An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision and must submit these paragraphs with their proposal.

All quotes shall include the following minimum information: Estimated delivery date, Cage Code, Duns Number, Taxpayer I.D. No., Payment Terms, and/or Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, Email and Proposed Delivery Schedule.

Prices shall be FOB Destination with delivery and acceptance at: Nellis AFB, Las Vegas, NV 89109

All responsible sources may submit a quotation which shall be considered. Quotations may be emailed to Staff Sergeant Martin Gonzales at [email protected] no later than Monfay, 7 March 2011, 12:00 pm PST.

 

Bid Protests Not Available

Similar Past Bids

Location Unknown 05 Sep 2008 at 4 PM
Nellis air force base Nevada 30 May 2012 at 9 PM
Location Unknown 17 May 2012 at 4 PM
Tacoma Washington 05 Aug 2008 at 4 PM
Wolfe West virginia 01 Jul 2011 at 4 PM

Similar Opportunities

Columbus Ohio 15 Jul 2025 at 4 AM
Louisiana 24 Jul 2025 at 3 PM
Louisiana 24 Jul 2025 at 8 PM
Louisiana 10 Jul 2025 at 3 PM