Federal Bid

Last Updated on 05 Apr 2013 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

Pinspotter Cameras

Solicitation ID F2A3F32334A001
Posted Date 08 Mar 2013 at 5 PM
Archive Date 05 Apr 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa4659 319 Cons Lgc
Agency Department Of Defense
Location United states
This is a combined synopsis/solicitation for commodities prepared in accordance with the format in FAR Subparts 12.6 and FAR Subparts 13.303, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, proposals/quotes are being requested, and a written solicitation will not be issued.The 319th Contracting Flight at 575 Tuskegee Airman Blvd bldg 418, Grand Forks AFB, ND 58205 intends to acquire the following:
CLIN 0001: 12 EA Lane Control Box for scoring. Component for the existing AMF Model 90 XLi scoring system. Controls one pair of bowling lanes for scoring and everything linked to the pair of lanes must flow via the VDB pinspotter. AMF PINSPOTTER MODEL#: VDB099BD110-R DESCRIPTION: 90XLi ACCUCAM 3000 CAMERA "OR EQUAL".

This solicitation is a 100% small business set-aside. The solicitation reference number is F2A3F32334A001 and is issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66. The NAICS code for the acquisition is 339920 and the size standard is 500 employees. Offerors must show: (1) The solicitation or reference number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) Price and discount terms; (5) Remit to address, if different than the mailing address; (6) Acknowledgement of solicitation amendments, if any, for acceptance of offers. Discussions may not be held with offerors; therefore, each offerors initial quote should be complete and accurate. One, or multiple awards based on offeror capabilities to provide all requested items, will be made based on which offer is fully in compliance with specifications, and provides the lowest price found technically capable.
The following provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. In Accordance with FAR 52.252-1 and FAR 52.252-2, the following provisions and clauses are incorporated by reference or by full text (see prescription for use):
FAR 52.212-1, Instructions to Offerors -- Commercial Items. Offerors must be able to provide a copy of their annual representations and certificates electronically on the SAM Website https://www.sam.gov/; FAR 52.212-2, Evaluation Commercial Items: (i) TECHNICAL ACCEPTABILITY, (ii) DELIVERY, (iii) PRICE; FAR 52.212-3 Offerors Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions -- Commercial Items; FAR 52.212-5(DEV), Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (DEVIATION); FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor; FAR 52.222-21 Prohibition of Segregated Facilities;; FAR 52.232-1, Payments; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.252-5, Authorized Deviations in Provisions; FAR 52.252-6, Authorized Deviations in Clauses. The use in this solicitation or contract of any DFARS (48 CFR Chapter 2) provision or clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.
In accordance with FAR 52.204-7, Central Contract Registration (CCR) prospective contractors are not required to be registered in CCR prior to award. Contractors can register via the Internet at https://www.sam.gov/. DFARS 252.212-7001 (DEV), Contract Terms and Conditions (DEVIATION); DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.204-7006 Billing Instructions; DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.225-7002 Qualifying Country Sources as Subcontractors; DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010, Levies on contract payments; DFARS 252.243-7001 Pricing of Contract Modifications; DFARS 252.247-7023 Alt III Transportation of Supplies by Sea, Alternate III.
AFFARS 5352.201-9101 OMBUDSMAN (NOV 2012) - 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 Center/MAJCOM/DRU or AFISRA ombudsmen, [Mr. Gregory S. Oneal, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 62225-5022, (618) 229-0267, Fax (618) 256-6668, e-mail: [email protected]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA 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) 256-2397, 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.

Offers should be sent via e-mail, but may be sent in writing or by fax, to the Purchasing Agent, A1C Joseph Bac, no later than 4:00 P.M. (CST) on 3/19/2013 to 319 CONF/LGCA - 575 Tuskegee Airmen Blvd, Grand Forks, ND. 58205, ATTN: A1C Joseph Bac. For more information email [email protected] or call at # 701-747-5347 and Fax # 701-747-4215.

 

Bid Protests Not Available

Similar Past Bids

Johnson Vermont 12 Aug 2014 at 12 PM
Oklahoma 22 Sep 2009 at 2 PM
Johnson Vermont 01 Jul 2016 at 7 PM
Cannon air force base New mexico 11 Jun 2015 at 4 PM
Cannon Kentucky 01 Jun 2015 at 7 PM

Similar Opportunities

Wright patterson air force base Ohio 30 Apr 2026 at 9 PM
Indian springs Nevada 08 May 2026 at 4 AM (estimated)
Indian springs Nevada 06 Jun 2026 at 4 AM (estimated)
Olympia Washington 11 Jul 2025 at 10 PM