Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2003 FBO #0636
SOLICITATION NOTICE

25 -- Lightbars for UTC Vehicles

Notice Date
8/25/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Mobility Command, 89th CONS, 1419 Menoher Drive, Andrews AFB, MD, 20762-6500
 
ZIP Code
20762-6500
 
Solicitation Number
Reference-Number-F1652032190100
 
Response Due
9/1/2003
 
Archive Date
9/16/2003
 
Point of Contact
Myla Gale, Contract Specialist, Phone (301)981-7346, Fax (301)981-1910, - Nicole Taylor, Contract Specialist, Phone (301)981-2312, Fax (301)981-1910,
 
E-Mail Address
Myla.Gale2@andrews.af.mil, Nicole.Taylor@andrews.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. 2. Solicitation number FA4416-03-T-0060 is issued as a request for quotation (RFQ). 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-15. 4. This is a 100% Small Business Set-Aside. If there is no offers received from a small business concern, this acquisition for small business set-aside may be dissolved and the acquisition open to all responsive bidders. NOTE: This acquisition will not be reposted to the Electronic Posting System if the acquisition is dissolved for 100% small business consideration. The NAIC code is 334290 and the size standard is 750 Employees. 5. This solicitation contains four line item as follows: CLIN 0001: Roof Mounted Warning Light bar including mounting kit, MFG: Federal Signal Corporation, MFG P/N: P/N: SJL4810P, MFG Model: Jetstrobe Plus, Color: red only, front and rear panels, Size: 47.3”X 11.2” X 4.7”, Quantity: 5 EA,– OR EQUAL. CLIN 002: Compact Speaker with PA capability, MFG: Unitrol, Model: DynaMax Compact 100 Watt Speaker, P/N: MS100-05 , Color: Black, Size: 2.6” X 5.8” X 5.8”, Quantity: 5 EA, OR EQUAL. CLIN 003: Siren/Controller, MFG: Federal Signal Corporation, Model: Touchmaster Delta Siren, P/N: UTMD, Color: Black, Size: 2.4” X 6.5” X 5.4”, Quantity: 5 EA, OR EQUAL. CLIN 004: Non Personal Services: Installation: Install siren, speakers, Jetstrobe light, to include wiring the siren boxes for PA and vehicle cassette broadcasting capability. The Government will give the contractor 72 hours notice prior to installation and the contractor may keep the vehicle no more than 24 hours. The government will deliver and pick up the vehicles at the contractor’s location. In addition, the company must be located within 30 miles of Andrews AFB MD 20762. 7. Period of Performance: 1 Sep 03 through 30 November 2003. Place of Performance: Contractor’s place of business. FOB: Destination 8. The provision at FAR 52.212.1, Instructions to Offerors, applies to this acquisition. Multiple offerors and awards are hereby deleted from this solicitation. All quotes must be for all items, as stated, partial quotes will not be considered. Award will be made to a single vendor. All inquiries or questions pertaining to this solicitation must be submitted in writing by the concern party at least 2 business days prior to closing date. The offer will be 8 1/2” x 11” paper except for fold-outs used. Written proposal should be limited to 2 pages. Non-Price Factors (Not to Exceed 1 page) Bid Schedule (Not to Exceed 1 page). 9. The provision at FAR 52.212-2, Evaluation of Commercial Items applies. Addendum to Paragraph (a), The Government will award a purchase order resulting from this RFQ to the most responsive, responsible offers whose offer represents the best value in terms of the following factors in descending order. Best value will be based upon a tradeoff between non-price and price factors. The non-price factors when combined are significantly more important than price consideration. Factors: (1) Non-Price: The location is more important than the installation consideration. a. Location: The contractor must be within a 30-mile radius of Andrews AFB. The contractors must state the place of performance in his/her solicitation. Contractors in close proximity to Andrews AFB MD, 20762 may receive the most favorable rating. b. Installation: The Government prefers that the equipment be installed on the vehicles with 24 hours. Contractors whose offer includes the most favorable installation terms and conditions will receive the most favorable rating. The non-priced evaluation factors will receive an assigned rating of exceptional, very good, satisfactory, marginal, or unsatisfactory. (2) Price: Offers will be evaluated for completeness, reasonableness and competitiveness. An offer proposed price would be determined by multiplying the quantities identified in the pricing schedule by the proposed fixed unit price by contractor line item number to confirmed the extended amount. The Government reserves the right to enter into and agreement with other than lowest offeror. The government intends to enter into and agreement without discussions, nevertheless, the government may communicate with an offeror in order to clarify or verify information submitted in its offer. 10. Offerors must submit a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certifications Commercial, with its offer. FAR 52.212-3 can be downloaded from the internet: http://farsite.hill.af.mil/. Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Nov 1995); and DFARS 252.225-7000, Buy American Act-Balance Payment Program Certificate (Apr 2003) with the quotation. 11. All FAR Clauses and provisions incorporated by reference may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/ . The following FAR clauses are applicable: FAR 52.212.4, Contract Terms and Conditions Commercial Items, with addendum; 52.212-3, Government Furnished Property, FAR 52.212-5, and Notice to Supplier, 52.245-4. FAR 52.211-6 Brand Names or Equal;. 12. The provision at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (Jun 2003), applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable: 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Sept 2002); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 - Equal Opportunity (Apr 2002); 52.222-35 - Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36 - Affirmative Action for Workers With Disabilities (Jun 1998); 52.222-37 - Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.225-13 -Restrictions on Certain Foreign Purchases (Jun 2003); and 52.232-33 - Payment by Electronic Funds Transfer--Central Contractor (May 1999). The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (June 2003), applies to this acquisition, and specifically the following clauses under paragraph (b) are applicable: 252.225-7001 - Buy American Act and Balance of Payments Program (Apr 2003); 252.232-7003 - Electronic Submission of Payment Requests (Mar 2003); and 252.247-7023 - Transportation of Supplies by Sea, Alternate III (May 2002). The following DFARS clauses are hereby incorporated into this solicitation: 252.225-7002, Qualifying Country Sources and Subcontractors (Apr 2003); and 252.204-7004, Required Central Contractor Registration (CCR) (Nov 2001). NOTE: CCR can be obtained by accessing the Internet, http://www.ccr.gov or by calling 1-888-227-2423. The CCR number must be obtained before award can be made. 15. If interested, e-mail, fax or mail your offer to the POC stated herein. Your offer must include the following: (a) written proposal – limited to 1 page; (b) bid schedule, (c) completed Representations and Certifications “FAR 52.212-3”. 16. Quotations must be received no later than 3:00pm EST, 1 Sepember, 2003. The Government prefers that all offers are e-mailed to the point-of-contact below with solicitation number (FA4416-03-T-0060) and contractors name listed in the subject block. Facsimile proposals will be accepted at 301-981-1913 or 1910. Mail offers/proposals should be mailed to: 89 CONS/LGCBC, 1419 Menoher Drive, Andrews AFB MD 20762 (Attn: Tenant Team/SSgt Gale - FA4416-03-T-0060). 17. The Government Primary point-of-contact is SSgt Gale (301-981-1246 (myla.gale2@andrews.af.mil). The secondary point-of-contact is SSgt Taylor (301-981-7347, (Nicole.taylor@andrews.af.mil). The third point-of-contact is SSgt Radford (301-981-2361 (James.Radford@andrews.af.mil).
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AMC/89CONS/Reference-Number-F1652032190100/listing.html)
 
Place of Performance
Address: Contractor's Place of Business
Country: USA
 
Record
SN00412231-F 20030827/030825223101 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.