Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2002 FBO #0241
SOLICITATION NOTICE

39 -- Two Axle Super Pup

Notice Date
7/29/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, NV, 89191-7063
 
ZIP Code
89191-7063
 
Solicitation Number
F26600-02-Q-A037
 
Response Due
8/2/2002
 
Point of Contact
Lillian Minor, Contract Specialist, Phone 702-652-6005, Fax 702-652-9570, - George Dowdey, Contract Specialist, Phone 702-652-2099, Fax 702-652-9570,
 
E-Mail Address
lillian.minor@nellis.af.mil, george.dowdey@nellis.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
- 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: quotations are being requested and a written solicitation will not be issued. This solicitation F26600-01-Q-A037 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR) 12 and 13. This is 100% reserved for small business. The Standard Industry Classification (SIC) for this solicitation is 3715 and the North American Industry Classification System (NAICS) is 336212. Based on Standard Size 500 employees. The item description is as follows: CLIN 0001- Three (3) EA, Max thirty (30) Two Axle Super Pup hutch CH9700 tandem, Tri-Quad configuration, 22,500 lb, capacity per axle, midland mod 2 (ABS) spring brakes on all axles with automatic slack adjusters, sixteen and half inches (16.5") by seven inches (7") brake lining, outboard centrifuse brake drum, Conmet outboard aluminum hub, ten (10) stud eleven and half inch (11.25") bolt pattern, oil seals, adjustable air slide with UHMW slide bearings, hinged with 430A hinge assembly, extendoflex box truss design tongue. 207s eye, safety cables, proximity indicator, flashing warning lights, 600p tongue jack with sand shoe, one inch (1") hydraulic wet line with three feet (3') replacement quick coupler, hydraulic cut off value, single telescope hoist, 50 degree dump angles. Delivery date is 10 September 2002, place of delivery and FOB point is 820th RED HORSE SQ, 5179 Malmstrom Ave, Bldg 10142 Nellis AFB, NV 89191-6126. The entire solicitation including, Offerors Representations and Certifications, Attachment 1, and Past Performance Evaluation Questionnaire, Attachment 2 will be released on the Federal Government Electronic Posting Systems (EPS) site, http://eps.satx.disa.mil/. Amendments will be posted on the affected solicitation page EPS site. It is the offeror's responsibility to monitor this site for the release of amendments (if any). The following provisions and clauses can be viewed through Internet access at Air Force FAR Site, http://farsite.hill.af.mil. The following clauses and/or provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors ? Commercial Items, with the following technical description in sufficient detail to evaluate compliance with the requirements of the solicitation (i.e. product literature), the terms of any expressed warranty, price and any discount, and delivery times; FAR 52.212-2 Evaluation ?Commercial Items. Award will be made to the responsible, responsive offeror whose offer will result in the best value to the government, technical specifications, price and past performance considered. The provisions at 52.212-3, Offeror Representation and Certifications?Commercial Items, 52.212-4, Contract Terms and Conditions-Commercial Items applies to this solicitation. 52.212-5, Executive Orders-Commercial Items, 52.225-13, Restrictions on Certain Foreign Purchases, 52.225-15, Sanctioned European Union Country End Products, 52.222-19, Child Labor- Cooperation with Authorities and Remedies, and 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration applies for this solicitation. The provisions at 52.252-2, Clauses Incorporated by Reference apply to this solicitation and 52.252-6, Authorized Deviation in Clauses. The provisions at 252.225-7000, Buy American Act- Balance of Payments Program Certificate, 252.204-7004, Required Central Contractor Registration, and 252.212-7001 (Dev), Contract Terms and Conditions Required to Implement Statutes or executive Orders Applicable to Defense Acquisitions of Commercial Items. Offerors must include with their quotations: Technical data and a along with a completed copy of the provisions at 52.212-3, Offeror Representations and Certifications--Commercial Items, Attachment 1 and Past Performance References, a minimum of (3) three, Attachment 2. Offerors who fail to complete and submit Technical data, Representations and Certifications and Past Performance References, a minimum of three, may be considered non-responsive. For solicitations issued after 1 Jun 98 all ** contractors are required to Registered in the Central Contractors Registration (CCR) **. If not already registered, you should immediately register with CCR by calling 1-888-227-2423 or via the Internet at http://www.ccr2000.com. Contractors are required to have a Dun & Bradstreet number (DUNS) in order to be registered in the CCR database. Lack of registration prior to award, may make an offeror ineligible for award. A contractor can receive a DUNS number by calling Dun & Bradstreet at (800) 333-0505. Internet registration takes approximately 72 hours: mail-in registration takes approximately 30 days. Interested parties must submit any questions in writing to the Contracting Officer listed below, by fax or email. Quotations and amendments (if any) must be signed, dated and submitted in writing or by fax by 2:00 PM on 2 Aug 2002 Pacific Standard time to the 99th Contracting Squadron, 5865 Swaab Blvd, Nellis AFB, NV 89191, Attention Lillian G. Minor. Contact Contracting Specialist Lillian G. Minor at (702) 652-6005, FAX NO. (702) 652-9570, and lillian.minor@nellis.af.mil or Contracting Officer George D. Dowdey at george.dowdey@nellis.af.mil and (702) 652-2099 for information regarding this solicitation.
 
Place of Performance
Address: 820th RED HORSE Squadron, 5179 Malmstrom Ave, Bldg 10142, Nellis AFB, NV
Zip Code: 89191-6126
Country: USA
 
Record
SN00127401-W 20020731/020729213415 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.