Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2004 FBO #0991
SOLICITATION NOTICE

78 -- Rocket, Estes Alpha 1225 and Engine, Estes A8-3

Notice Date
8/11/2004
 
Notice Type
Solicitation Notice
 
NAICS
451120 — Hobby, Toy, and Game Stores
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South Bldg 804, Maxwell AFB, AL, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
Reference-Number-F13OTJ41601200
 
Response Due
8/20/2004
 
Archive Date
9/4/2004
 
Point of Contact
David Herrig, Contract Specialist, Phone 334-953-3528, Fax 334-953-2198,
 
E-Mail Address
david.herrig@maxwell.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 the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number F73OTJ41601200 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures under the test program for certain commercial items found at FAR Part 13.5. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-24 and Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20040625. The North American Industry Classification System code is 421120 with a small business size of $6,000,000 annually. This acquisition will be issued as a 100% Small Business set aside. Requirement: CLIN 0001 Rocket, Estes Alpha #1225, or equal, in sets of 24 ea. Qty required is 492 sets. CLIN 0002 Engine, Estes A8-3 or equal, in sets of 24 ea, qty required is 492 sets. Each offeror's quoted price will be evaluated for reasonableness. Award will be made on price alone. Award will be made to a single source. The desired delivery date will be NLT 15 October 2004. Delivery will be to 491 separate shools throughout the U.S. FOB is destination. The provision at FAR 52.212-1, Instruction to Offerors - Commercial Items (Jan 2004), applies to this acquisition. Offerors MUST include a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certifications - Commercial Items (May 2004); DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Nov 1995); DFARS 252.225-7000, Buy American Act-Balance Payment Program Certificate (Apr 2003) with the quotation. The FAR clause, 52.212-4, Contract Terms and Conditions - Commercial Items (Oct 2003) applies to this acquisition and is addended to add the following FAR clauses: 52.204-4, Printed or Copied Double-Sided on Recycled Paper (Aug 2000); 52.211-6, Brand name or equal (Aug 1999); The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (Jun 2004), applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995); 52.219-6, Notice of Total Small Business Set-Aside (June 2003); 52.219-8, Utilization of Small Business Concerns (May 2004); 52.219-14, Limitations on Subcontracting (Dec 1996); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jun 2004); 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 (Dec 2003); 52.232-33 - Payment by Electronic Funds Transfer--Central Contractor (Oct 2003); and 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003). 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 2004), applies to this acquisition, and specifically the following clauses under paragraphs (a) and (b) are applicable: 52.203-3 - Gratuities (Apr 1984); 252.225-7001 - Buy American Act and Balance of Payments Program (Apr 2003); 252.225-7012 - Preference for Certain Domestic Commodities (Jun 2004); 252.232-7003 - Electronic Submission of Payment Requests (Jan 2004); 252.243-7002 - Requests for Equitable Adjustment (Mar 1998); and 252.247-7023 - Transportation of Supplies by Sea (May 2002). The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (June 2004) (Deviation), applies to this acquisition. 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 2003). 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. Clauses and provisions incorporated by reference may be accessed via the internet at http://farsite.hill.af.mil or http:/www.arnet.far.gov. Please contact TSgt David Herrig at (334) 953-7393, e-mail: david.herrig@maxwell.af.mil. All quotes must be for supplies as stated, partial quotes will not be considered. Responses/Offers are due by the close of business (3:00 PM CDT) on 17 AUGUST 2004. Submit written quotes; oral quotes will not be accepted. Quotes may be submitted via fax (334) 953-3543, e-mail or mail to 42 CONS/LGCB-1, attn: TSgt Herrig, 50 LeMay Plaza South, Maxwell AFB, AL 36112-6334. Quotations must meet all instructions put forth in this solicitation.
 
Place of Performance
Address: Delivery will be to 491 Schools troughout the US. Address list available upon request
 
Record
SN00641439-W 20040813/040811212111 (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.