Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2003 FBO #0611
SOLICITATION NOTICE

W -- METS 40 Lease

Notice Date
7/31/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Mobility Command, 92nd CONS, 110 West ENT Suite 200, Fairchild AFB, WA, 99011-9403
 
ZIP Code
99011-9403
 
Solicitation Number
F45613-03-Q-B012
 
Response Due
8/15/2003
 
Archive Date
8/30/2003
 
Point of Contact
Misty Van Brocklin, Contract Specialist, Phone (509) 247-2071, Fax (509) 247-8685, - Mike Gilbert, Contract Specialist, Phone (509)247-8692, Fax (509)247-8685,
 
E-Mail Address
misty.vanbrocklin@fairchild.af.mil, mike.gilbert@fairchild.af.mil
 
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. The Government believes that only one responsible source can provide the supplies/services that will satisfy the agency requirements and intends to solicit and negotiate with only one source under the authority of FAR 6.302-1 in accordance with 10 U.S.C. 2304 (C)(1). Solicitation F45613-03-Q-B012 is issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-14. The applicable North American Industry Classification System Code (NAICS) is 532490. The small business size standard is $5 million. The unit Small Business Specialist is Ms. Marion Nelson, she may be reached at (509) 274-4880; link to USAF Small Business, http://www.selltoairforce.org; link to SBA http://sba.gov. Fairchild AFB intends to award a sole source purchase order to continue a lease for a Modular Egress Training Simulator (METS) Model 40 with Survival Systems USA, Inc of Groton, Connecticut. Lease includes maintenance, inspection, training and upgrades as specified in the attached Statement of Work. A purchase order with four option years will result from this solicitation. The performance period will be for a 12-month basic period, with an anticipated start date of 01 Oct 2003, and 4 one-year option periods. The provisions at FAR 52.252-1 Solicitation Provisions Incorporated By Reference (Feb 1998), FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998), FAR 52.212-1, Instructions to Offerors, – Commercial Items (Oct 2000). FAR 52.212-2, Evaluation – Commercial Items (Jan 1999). FAR 52.212-3, Offeror, Representations and Certifications – Commercial Items (Jun 2003) with Alternate I (Apr 2002), and FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Feb 2002) apply to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (June 2003) applies to this acquisition; under Para (b), the following clauses are incorporated: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (Oct 1995), (7) 52.219-8, Utilization of Small Business Concerns (Oct 2000), (9) 52.219-14, Limitations on Subcontracting (Dec 1996), (13) 52.222-3, Convict Labor (June 2003)(E.O. 11755) (14) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Sept 2002), (15) 52.222-21, Prohibition of Segregated Facilities (Feb 1999), (16) 52.222-26, Equal Opportunity (Apr 2002), (17) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam ERA and Other Eligible Veterans (Dec 2001), (18) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998), (19) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Dec 2001), (24) 52.225-13 Restriction on Certain Foreign Purchases (Jul 2000), (29) 52.232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration (May 1999); under Para (c), the following clauses are incorporated: (1) 52.222-41, Service Contract Act of 1965, as Amended (May 1989)(41 U.S.C. 351, et seq.), Electronics Technician, Maintenance III, $17.75 (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.), Electronics Technician, Maintenance III, $18.39 (3) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (May 1989)(29 U.S.C.206 and 41 U.S.C. 351, et seq.). FAR 52.203-12, Limitation on Payments to Influence Certain Federal Transactions (Jun 1997), 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred Suspended, or Proposed for Debarment (Jul 1995), FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 15 days; preliminary notice will be provided at least 30 days before the contract expires. (c) The total duration of this contract shall not exceed 5 years, 6 months. 52.232-17 Interest (Jun 1996), FAR 52.232-18, Availability of Funds (Apr 1984), 52.247-34, F.O.B. Destination (Nov 1991), apply to this acquisition. DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jul 2002) is applicable to this acquisition; under Para (a) the following clause is incorporated: 52.203-3 Gratuities (Apr 1984); under Para (b) the following clauses are incorporated: DFAR 252.225-7001, Buy American Act and Balance of Payments Program (Mar 1998), DFAR 252.225-7012, Preference for Certain Domestic Commodities (Apr 2002), DFAR 252.247-7023, Transportation of Supplies by Sea (May 2002), and DFAR 252.247-7024, Notification of Transportation of Supplies by Sea (Mar 2000). DFAR 252.204-7003, Control of Government Personnel Work Product (Apr 1992) and DFAR 252.204-7004, Required Central Contractor Registration (Nov 2001) apply to this acquisition. (Note: Lack of registration in the Central Contractor Registration will make an offeror ineligible for award.) DFAR 252.225-7031 Secondary Arab Boycott of Israel (Jun 1992) and DFAR 252.243-7001 Pricing of Contract Modifications (Dec 1991) apply to this acquisition. Quotes should be mailed to A1C Misty Van Brocklin at 110 W. Ent St suite 200 Fairchild AFB WA 99011or faxed to A1C Misty Van Brocklin at 509-247-8685. Quotes are due by 15 August 2003; NLT 4:00 pm. Contractor must submit completed Representations and Certifications, as required in FAR 52.212-3 with Alternate I and DFAR 252.212-7000 (accessible at the Air Force FAR Site, http://farsite.hill.af.mil). Any questions regarding this notice should be directed to A1C Misty Van Brocklin at phone (509) 247-2071 or email misty.vanbrocklin@fairchild.af.mil. Point of Contact A1C Misty Van Brocklin, Contract Specialist, Phone (509) 247-2071, Fax (509) 247-8685, Email misty.vanbrocklin@fairchild.af.mil MSgt Mike Gilbert, Contracting Officer, Phone (509) 247-4869, Fax (509) 247-8685, Email mike.gilbert@fairchild.af.mil
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AMC/92CONS/F45613-03-Q-B012/listing.html)
 
Place of Performance
Address: Fairchild AFB, Washington
Zip Code: 99011
Country: USA
 
Record
SN00389391-F 20030802/030731223817 (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.