Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2003 FBO #0616
SOLICITATION NOTICE

42 -- Masks and Mask Parts

Notice Date
8/5/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Mobility Command, 22 CONS, 53147 Kansas St Suite 102, McConnell AFB, KS, 67221-3606
 
ZIP Code
67221-3606
 
Solicitation Number
F14614-03-T-0020
 
Response Due
8/20/2003
 
Archive Date
9/4/2003
 
Point of Contact
Lindsay Thomas, Contract Specialist, Phone (316) 759-3276, Fax (316) 759-4507, - Paula Thrasher, Contracting Officer, Phone (316) 759-4513, Fax (316) 759-4507,
 
E-Mail Address
lindsay2ethomas@mcconnell.af.mil, paula.thrasher@mcconnell.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 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. F14614-03-T-0020 is being issued as a Request for Quotation, which incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2001-14. This acquisition is reserved for small businesses. The associated NAICS code for this acquisition is 333999, with a size standard of 500 employees. McConnell AFB KS plans to acquire the following items: Spiromatic Mask (15 Each), Manufacturer: Interspiro or equal, Part Number: 336-890-222 or equal; Breathing Valve (12 Each), Manufacturer: Interspiro or equal, Part Number: 336-890-230 or equal; Mask Bag (30 Each), Manufacturer: Interspiro or equal, Part Number: 336-980-209; Air Force SBCA Tool Kit (2 Each). NOTICE TO OFFERORS: Funds are not presently available for this requirement. No award will be made under this combined synopsis/solicitation until funds are available. The government reserves the right to cancel this combined synopsis/solicitation either before or after the request for quotation closing date. Quotes must remain valid for ninety days from the request for quotation closing date. The following provisions in their latest editions apply to this solicitation: FAR 52.212-1, Instructions to Offerors, Commercial; FAR 52.212-2, Evaluation, Commercial Items (a) 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, price and other factors considered. The following factors will be used to evaluate offers: Price and Technical Capability. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerers shall include a completed copy of FAR 52.213-3 (Alt I). Offerers Representations and Certifications—Commercial Items, with their quotes. A copy of the Offerors Representations and Certifications may be obtained from http://farsite.hill.af.mil/. The award shall also contain 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. Additional FAR clauses cited within the above clauses, are applicable, and will be incorporated into the resulting award: FAR 52.219-6, Notice of Small Business Set-Aside; FAR 52.222-3, Convict Labor; FAR 52.232-33, Payment by Electronic Funds; FAR 52.233-3, Protest After Award; FAR 52.225-3, Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program. Other clauses incorporated into the award will be FAR 52.246-1, Contractor Inspection Requirements; FAR 52.222-19, Child Labor- Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.225-13, Restriction of Certain Foreign Purchases; FAR 52.211-6, Brand Name or Equal; FAR 52.252-1, Solicitation Provisions Incorporated by Reference: 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 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 accesses at this address: http://www.farsite.hill.af.mil/. (End of clause); FAR 52.247-34, F.O.B. Destination; FAR 52.252-2, Clauses Incorporated by Reference: This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this address: http://www.farsite.hill.af.mil/ (End of Clause); FAR 52.252-6, Authorized Deviations in Clauses: (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of “(DEVIATION)” after the date of the provision. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of “(DEVIATION)” after the name of the regulation (End of Clause); DFARS 252.204-7003, Control of Government Personnel; DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes; DFARS 252.225-7014, Preference for Domestic Specialty Metals, Alternate I; DFARS 252.247-7023, Transportation of Supplies by Sea; DFARS 252.247-7024, Notification of Transportation of Supplies by Sea; FAR 52.252-5, Authorized Deviations in Provisions, (APR 1984): (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of “(DEVIATION)” after the date of the provision. (b) The use in this solicitation of any Defense Acquisition Regulation (48 CFR Chapter 2) provision with an authorized deviation if indicated by the addition of “(DEVIATION)” after the name of the regulation. (End of provision); DFARS 252.243-7001, Pricing of Contract Modifications; DFARS 252.246-7000, Material and Inspection Receiving Report; DFARS 252.247-7023, Alt III, Transportation of Supplies by Sea; DFARS 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings; DFARS 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings (Apr 03) Alternate I. Award will be made to the most responsive offeror proposing the Spiromatic Masks or equal determined to be the most advantageous to the government in accordance with the evaluation factors listed above. Delivery Address is: 22 CES/CERF, Building 695, McConnell AFB, KS 67221. FOB shall be Destination. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). Offerors shall respond to this solicitation by 4:00 PM, Wednesday, 20 August 2003. Offers can be faxed to SrA Lindsay Thomas at (316) 759-4507, or e-mailed to lindsay2ethomas@mcconnell.af.mil.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AMC/22CONS/F14614-03-T-0020/listing.html)
 
Place of Performance
Address: 53147 Kansas Street, Suite 102 McConnell Air Force Base, Kansas
Zip Code: 67221-3606
Country: USA
 
Record
SN00393163-F 20030807/030805223254 (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.