Federal Bid

Last Updated on 17 Aug 2016 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

F-16 Link Card

Solicitation ID FA5205-16-Q-B006
Posted Date 03 Mar 2016 at 12 AM
Archive Date 17 Aug 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa5205 35 Cons Pk
Agency Department Of Defense
Location United states
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. The solicitation number is FA5205-16-Q-B006; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-86, DPN 20160226, and AFAC 2015-1001`. This acquisition will be full and open competition; the North American Industry Classification System (NAICS) code is 336413.

Please see the table below for the list of line items required under this solicitation.

LINE ITEM Part Number DESCRIPTION Qty UNIT
0001 R15-EC-1SW GE FANUC Express 1553 Card 1 EA

Extended Description:

This part is required to connect the Link-16 Ground station to GPS. This part is necessary for the Link-16 integration with the TENA System Upgrades.

Award shall be made in the aggregate, all or none.

SHIPPING ADDRESS/CONSOLIDATION POINT: Annotate Shipping Cost in CLIN as required.
The product is to be shipped directly to the stated address:

35 OSS/CSS Unit 5010
APO, AP. 96319-5010

If direct shipment is NOT feasible, identify the shipping method below:
All items shall be packed for export shipment IAW commercial standard practices to avoid damage.
F.O.B Destination to physical address (Misawa Air Base, Japan)
F.O.B Destination to APO Address by parcel post (APO AP 96319-xxxx)
F.O.B Origin - Free of expense to the Gov. delivered to USPS facility:
F.O.B Origin - Government Integrated Booking System (IBS)
F.O.B Destination to Point of Embarkation (POE)*
F.O.B Origin Ship to POE* F.O.B. Origin point:
*POE: DDJC, Tracy Depot will not accept items exceeding the any of the following; weight of 10,000 lbs, dimensions of 456"L x 89"W x 88"H, or occupancy of 75% and more of a 40-foot-seavan. For oversized shipment, the contractor shall coordinate with SDDC for shipment to Misawa Air Base, Japan.
Defense Logistics Agency
Defense Distribution Depot San Joaquin (DDJC), Tracy Depot
Address: Bldg. 30, CCP, 25600 Chrisman Road, Tracy, CA 95376
Tel: (209)-982-4283 Fax: (209)-982-3790 E-Mail Address: [email protected]
Surface Deployment and Distribution Command (SDDC)
Address: 661 Sheppard Place, Fort Eustis, VA 23604-1626
Tel: (757) 878-7415 Fax: (757) 878-1810
E-mail Address: [email protected]
SDDC will designate a POE for oversized shipments. The contractor is required to notify 35 CONS of the POE, Transportation Control Number (TCN), and shipping date from the POE provided by SDDC upon completion of contractor's coordination with SDDC.
Total weight lbs. & Total cubic size ft.³
The weight and cubic information is used to obtain the internal government shipping authorization such as Transportation Control Number (TCN), and Transportation Account Code (TAC) etc, for shipment from POE to Misawa Air Base.

Warranty period if any:
If warranty is other than standard commercial warranty, provide a copy of warranty information and/or certification with response.
EVALUATION CRITERIA: Evaluation of quotations will be completed in accordance with FAR 13.106-2. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and represents the best value to the Government.

Evaluation Factors: (1) Technical and (2) Price.

The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in

FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
FAR 52.212-1 Instructions to Offerors -- Commercial Items
FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items
FAR 52.212-4 Contract Terms and Conditions - Commercial Items
FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation)
FAR 52.222-50 Combating Trafficking in Persons
FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving
FAR 52.225-13 Restrictions on Certain Foreign Purchases
FAR 52.228-3 Workers Compensation Insurance (Defense Base Act)
FAR 52.228-4 Workers Compensation and War-Hazard Insurance Overseas
FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management
FAR 52.233-4 Applicable Law for Breach of Contract Claim
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials
DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information
DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors
DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
DFARS 252.232-7010 Levies on Contract Payments
DFARS 252.244-7000 Subcontracts for Commercial Items
AFFARS 5352.201-9101 Ombudsman

5352.201-9101 OMBUDSMAN (APR 2014)
(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.
(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).
(c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsmen:

Air Force Installation Contracting Agency (AFICA)/KP Director
1940 Allbrook Drive, Building 1
Wright-Patterson AFB OH 45433
Phone: (937) 257-5529
Fax: (937) 656-0919
Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsm level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431.
(d) The ombudsman has no authority to render a decision that binds the agency.
(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.

(End of clause)

Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the System Award Management (SAM) at http://www.sam.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil.

Please send any response to [email protected] NO LATER THAN 0630 on 10 Mar 16 (JST) or 1630 on 9 Mar 16 (EST). Point of contact is Joshua Lavin, 2d Lt Contract Specialist, telephone 011-81-176-77-4887, [email protected]. Alternate POC is Joshua Blalock, SSgt, Contracting Officer, telephone 011-81-176-77-4895, [email protected].

 

Bid Protests Not Available

Similar Past Bids

Location Unknown 22 Feb 2016 at 12 AM
Location Unknown 21 Aug 2015 at 3 AM
Location Unknown 09 Aug 2016 at 11 PM
Location Unknown 21 Aug 2014 at 1 AM
Location Unknown 18 Aug 2014 at 9 AM

Similar Opportunities

Scott air force base Illinois 01 Oct 2025 at 4 AM (estimated)
Scott air force base Illinois 01 Oct 2025 at 4 AM (estimated)