Federal Bid

Last Updated on 27 Aug 2009 at 8 AM
Combined Synopsis/Solicitation
Hawaii

Fireberd Testers

Solicitation ID FA5215-09-T-0026
Posted Date 31 Jul 2009 at 5 AM
Archive Date 27 Aug 2009 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Afica- Pacaf
Agency Department Of Defense
Location Hawaii United states

This is a combined synopsis/solicitation for commercial items prepared in accordance with Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Offerors are responsible for monitoring this site for the release of any amendments or other pertinent information.

This solicitation will be issued as a request for quotation (RFQ) under the solicitation number: FA5215-09-T-0026

This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-34, Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20090115, and Air Force Acquisition Circular (AFAC) 2009-0318.

This acquisition is a small business set aside under NAICS code 423610 and small business size standard of 100 employees.

This RFQ contains five (5) line items. The items, as follows, are on a firm fixed price basis:

CLIN 0001: Firebird 8000 Datacom & Diphase Test Package, Part Number: FB8000-P2, Quantity = 2 each.

CLIN 0002: Dual T1 Tx/Rx, Single DS3 thru OC48 Tx/Rx, SC, Part Numer: TB2310-0C48DSC, Quantity = 2 each.

CLIN 0003: Fractional T1 Analysis, Part Number: TB2310-FT1, Quantity = 2 each.

CLIN 0004: Advanced Stress Patterns, Part Number: TB2310-ASP, Quantity = 2 each.

CLIN 0005: Shipping and Handling

Delivery shall be FOB destination with a required delivery date no later than 60 calendar days after contract award. The delivery location shall be 15 CS/SCOIN, 25 E St Ste L203, Hickam AFB, HI 96853.

Any questions in regards to this solicitation must be submitted no later than 4 August 2009 to ensure Government ample response time and timely submittals of quotes.
Award basis: 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. The following factors shall be used to evaluate offers: technical capability and price.
The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are:

(b) All quotes are due on or before 3:00 PM, Hawaii Standard Time (HST), 7 August 2009. Electronic quotes are acceptable. Submission may be made via email to [email protected] or via facsimile at (808) 448-2911. Quotes must reference the solicitation number.

Central Contractor Registration (CCR). Offerors must be registered with the CCR (http://www.ccr.gov) database upon submission of their request for quote (RFQ) to be considered responsive. If confirmation of CCR is not provided with the proposal submission by the closing date of the RFQ, the offer shall be considered nonresponsive and ineligible for contract award.

Wide Area Work Flow (WAWF). Offerors must be registered in the WAWF (https://wawf.eb.mil). If the offeror does not become registered in the WAWF database within three (3) days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offeror.

IAW 52.212-3 and 52.212-3 (Alt I) -- Offeror Representations and Certifications -- Commercial Items (July 2009). An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If you have not completed the annual representations and certifications electronically at the ORCA website, please complete only paragraphs (c) through (m) of this provision and return along with your quotation. Additionally, Online Representations and Certifications (ORCA) is mandatory in lieu of Reps and Certs in hard copy form.

The following clauses and provisions are incorporated by reference:

52.211-6, Brand Name or Equal
52.212-1, Instructions to Offerors- Commercial Items
52.212-4, Contract Terms and Conditions-Commercial Items

IAW 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, is applicable to this procurement along with the following addenda.

52.219-6, Notice of Total Small Business Set-Aside
52.219-28, Post Award Small Business Program Representation
52.222-3, Convict Labor
52.222-19, Child Labor - Cooperation with Authorities and Remedies
52.222-21, Prohibition of Segregated Facilities
52.222-26, Equal Opportunity
52.222-36, Affirmative Action for Workers with Disabilities
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration

IAW 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable to this procurement along with the following addenda.
252.203-7000, Requirements Relating to Compensation of Former DoD Officials
252.225-7001, Buy American Act and Balance of Payments Program
252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments
Program
252.232-7003, Electronic Submission of Payment Requests
252.247-7023, Transportation of Supplies by Sea
225.247-7023, Transportation of Supplies by Sea (Alt III)

WIDE AREA WORKFLOW - RECEIPT AND ACCEPTANCE (WAWF-RA)
ELECTRONIC RECEIVING REPORT AND INVOICING INSTRUCTIONS

IN ACCORDANCE WITH DFARS 232.7002, USE OF ELECTRONIC PAYMENT REQUESTS IS MANDATORY. USE OF WAWF WILL SPEED UP YOUR PAYMENT PROCESSING TIME AND ALLOW YOU TO MONITOR YOUR PAYMENT STATUS ONLINE. THERE ARE NO CHARGES OR FEES TO USE WAWF.

Requests for payments must be submitted electronically via the Internet through the Wide Area WorkFlow - Receipt and Acceptance (WAWF-RA) system at https://wawf.eb.mil.

Questions concerning payment should be directed to the Defense Finance Accounting Services (DFAS) Limestone at (800) 756-4571. Please have your order number and invoice number ready when contacting DFAS about payment status. You can also access payment information using the DFAS My Invoice web site at https://myinvoice.csd.disa.mil/index.html.

This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: https://farsite.hill.af.mil.

Bid Protests Not Available

Similar Past Bids

Location Unknown 25 Sep 2009 at 1 PM
Location Unknown 22 Jul 2015 at 7 AM
Macdill air force base Florida 23 Apr 2009 at 7 PM
Colorado 22 Aug 2011 at 9 PM
Hampton Virginia 30 Mar 2009 at 1 PM

Similar Opportunities

Kittery Maine 23 Jul 2025 at 4 AM
Ashland Kentucky 01 Aug 2025 at 6 PM
Ashland Kentucky 01 Aug 2025 at 6 PM