Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2004 FBO #1005
SOLICITATION NOTICE

17 -- Cable Assembly

Notice Date
8/25/2004
 
Notice Type
Solicitation Notice
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
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
FA4416-04-T-0066
 
Response Due
9/3/2004
 
Archive Date
9/18/2004
 
Point of Contact
James Radford, Contract Specialist, Phone (301)981-2342, Fax (301)981-1910, - Gary Branch, Contract Specialist, Phone 301-981-2315, Fax 301-981-1910,
 
E-Mail Address
James.Radford2@andrews.af.mil, Gary.Branch@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-0066 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 2001-22&23 and DCN 20040608. 4. This is solicitation is set aside for small business concerns. The NAIC code is 334513 and the size standard is 500 employees. 5. This solicitation contains one line item as follows: CLIN 0001: Eight (8)180 AMP, 400Hz single jacketed Cable Assembly 100' long OR EQUAL. Manuf: J&B Aviation Part #: JB8810-100NJSG. Specs: Cable will have molded strain relief behind heads with patented high visibility (yellow) replacement contact section (nose). Patented Nose will be secured with no less than four Allen head (4) bolts per nose assembly Cable is constructed with 6 #5's, 1 #1 and 6 #14's. Cable is approxiately 1.77lb. per foot and 1.55" in diameter. Cable will also have scuff guard installed. 6. Delivery: _______ calendar days after receipt of the order. FOB Destinatin _______ or Other_____________ (If FOB other, provide the city, state and zip code and shipping cost where the items will be shipped from. 7. The provision at FAR 52.212.1, Instructions to Offerors, applies to this acquisition. 1. The following items should be returned in response to this solicitation. The response shall consist of 4 parts: (a) Unit cost and extended amount of CLINS 0001, (b) delivery and shipping terms (NOTE: If FOB other, provide the city, state and zip code and shipping cost). (c) warranty terms (d) FAR 52.212-3, Offeror Representation and Certification ? Commerical Items 1. SOLICITATION QUESTIONS: (a). Questions regarding this acquisition shall be submitted via e-mail to primary point-of-contact James.Radford2@Andrews.af.mil and secondary point-of-contact Gary.Branch@Andrews.af.mil no later two (2) business days prior to the solicitation closing date. (b). Answers to questions shall not qualify the terms of the solicitation and specifications. Unless this solicitation is amended in writing, it will remain unchanged. If an amendment is issued, normal procedures relating to the acknowledgment and receipt of the solicitation amendments shall be applied 2. Paragraph (h) Multiple awards are hereby deleted from this solicitation 3. Paragraph (e) Multiple offers is hereby deleted from this solicitation 4. 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. 8. Addendum 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the most responsible and responsive offeror whose offer represents the overall ?best value? and conforms to the solicitation. Best value will be based upon a tradeoff between non-price and price factors. (b). The non-price factors, warrenty, and delivery, when combined, are significantly more important than price. The importance of the non-price sub-factors are listed in descending order. 1. Non- Price Factors: A. Warranty: The government prefers at minimum, a one year warranty. The contractor who offers the most favorable warranty may receive the most favorable rating. C. Delivery: The contractor who offers the most favorable delivery and shipping terms may receive a more favorable rating. The Government perfers FOB Destination 2. Price: An offeror's proposed price would be determined by multiplying the quantities identified in the pricing schedule by the proposed fixed unit price by the contractor line item number to confirmed extended amount. *The non-priced evaluation factor will receive an assigned rating of exceptional, acceptable, marginal or unacceptable. (e) The government reserves the right to enter into an agreement with other than lowest offeror. The government intends to enter into an agreement without discussions, nevertheless, the government may communicate with an offeror to clarify or verify information submitted in its offer. 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. * The government will only evaluate the lowest three to five offers. (END OF CLAUSE) 9. 52.211-6 BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified as ?brand name or equal,? the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that ?equal? products must meet are specified in the solicitation. (b) To be considered for award, offers of ?equal? products, including ?equal? products of the brand name manufacturer, must-- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by-- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate ?equal? products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an ?equal? product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) 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. 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. 52.211-6, Brand Name or Equal. The following DFARS clauses are applicable. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items and DFAR 252.204-7004, Required Central Contractor Registration. 13. Offerors are required to complete and include a copy of the following provisions with their proposals. FAR 52.212-3, Offeror Representation and Certifications-Commercial Items; DFARS 252.212-7000 (exceeding SAP), Offeror Representations and Certifications-Commercial Items; and DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate 14. If interested, e-mail, fax or mail your offer to the POC stated herein. Your offer must include the following: (a) Quote (b) completed Representations and Certifications ?FAR 52.212-3?. 15. Quotations must be received no later than 3:00 pm EST, 3 Sep 2004. The Government prefers that all offers are e-mailed to the point-of-contact below with solicitation number (FA4416-03-T-0066) and contractors name listed in the subject block. Facsimile proposals will be accepted at 301-981-1910. Mail offers/proposals should be mailed to: 89 CONS/LGCBC, 1419 Menoher Drive, Andrews AFB MD 20762 (Attn: Tenant Team/SSgt Radford ? FA4416-04-T-0066). 16. The Government Primary point-of-contact is SSgt Radford 301-981-2342 (James.Radford2@andrews.af.mil). The secondary point-of-contact is Mr. Gary Branch 301-981-2315, (Gary.Branch@andrews.af.mil).
 
Place of Performance
Address: Andrews AFB Md
Zip Code: 20762
Country: US
 
Record
SN00653791-W 20040827/040826075213 (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.