Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2004 FBO #1027
SOLICITATION NOTICE

17 -- F-15 E ALUMINUM TAILSTAND SET

Notice Date
9/16/2004
 
Notice Type
Solicitation Notice
 
NAICS
332721 — Precision Turned Product Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 4 CONS, 1695 Wright Brothers Ave, Seymour Johnson AFB, NC, 27531
 
ZIP Code
27531
 
Solicitation Number
FA4809-04-Q-5005
 
Response Due
9/28/2004
 
Archive Date
10/13/2004
 
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 12.6, Streamline Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: quotations are being requested, and a written solicitation document will not be issued. This solicitation, FA4809-04-Q-5005, is a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-24. The associated North American Industry Classification System (NAICS) is 332721 and the small business size is 500 employees. The government intends to make this award set-aside 100% for small business concerns. This purchase is for the acquisition of the following items: Line Item 1: Purchase 1 Set of Aluminum aircraft tail stand I.A.W. specifications. Line Item 2: 1 Ea. Shipping charges. Shipment will be made F.O.B. Destination. SITE VISIT TO BE HELD ON SEPTEMBER 23, 2004 AT 10:00 A.M. EST. VENDORS WILL MEET AT THE VISITORS CENTER SJAFB, N.C. 27531 AND BE ESCORTED TO THE SITE VISIT. FOR DETAILED SPECIFICATIONS AND TO ARRANGE SITE VISIT ATTENDANCE CONTACT: Imelda Reantaso, phone number (919)722-5605 or email: imelda.reantaso@seymourjohnson.af.mil or contact SrA Daniel Finkenstadt, phone number (919) 722-5607 or email to daniel.finkenstadt@seymourjohnson.af.mil. This will be a firm-fixed price contract. Quotes shall address all requirements in this combined synopsis/solicitation, and shall provide clear evidence of understanding, ability and willingness to comply with the Government?s specifications of need. Failure to address a specification/requirement will be construed by the Government as inability to meet the need, or the offerer taking exception to it. Please include any available prompt payment discounts in your quotes. The Government anticipates awarding one order resulting from this combined synopsis/solicitation. Award will be made to the responsible quote whose offer, conforming to this combined synopsis/solicitation, shall be advantageous to the Government, price and other factors considered. Quotations will be evaluated in accordance with Federal Acquisition Regulation (FAR) Subpart 13.106-2 Evaluation of Quotations. All vendors are to include with their quotes, a completed copy of provisions 52.212-3, Offeror Representations and Certifications-Commercial Items, which may be downloaded from http://farsite.hill.af.mil. The following Federal Acquisition Regulation (FAR) provisions apply to this solicitation: 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) (Full Text) This contract incorporates one or more clauses by reference, with th esame 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/these address(es): http://farsite.hill.af.mil; FAR Clause 52.232-18 entitled, Availability of Funds (Apr 1984); 52.212-1, Instructions to Offerors-Commercial; the clause 52.212-4, Contract Terms and Conditions-Commercial Items (Oct. 2003); 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Oct. 2003), including subparagraphs 52.222-19, Child Labor?Cooperation with Authorities and Remedies (Sep. 2002); 52.222-21, Prohibition of Segregated Facilities (Feb. 1999); 52.222-22 Previous Contracts and Compliance Reports (Feb 1999); 52.222-25 Affirmative Action Compliance (Apr. 1984); 52.222-26, Equal Opportunity (Apr. 2002)(E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212); 52.222-36 -- Affirmative Action for Workers With Disabilities (Jun 1998); 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-13, Restrictions on Certain Foreign Purchases (Oct. 2003); 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct. 2003)(31 U.S.C. 3332); FAR 52.212-5 CONTRACT TERMS AND CONDITI0NS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (Apr 2004) (DEVIATION); 52.219-6 -- Notice of Total Small Business Set-Aside (June 2003); 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998); 52.252-6 -- Authorized Deviations in Clauses (Apr. 1984); DFARS 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (OCT 2003), including subparagraphs 252.225-7001 Buy American Act and Balance of Payment Program (Apr. 2003)(41 U.S.C. 10a-10d, E.O. 10582); 252.204-7004 Required Central Contractor Registration Alternate A (Nov. 2003); 252.225-7000 Buy American Act-Balance of Payment Program Certificate (APR 2003); 252.232-7003 Electronic Submission of Payment Requests (Mar. 2003)(10 U.S.C. 2227); 252.246-7000, Material Inspection and Receiving Report; 252.225-7002 Qualifying Country Sources as Subcontractors (Apr. 2003); all of which can be downloaded at http://farsite.hill.af.mil. Information concerning the Central Contractor Registration (CCR) requirements can be accessed at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. All interested, responsible, business firms shall submit written quotation no later than Tuesday September 28, 2004 at 4:00 P.M. EST, to the 4th CONS/LGCB 1695 Wright Brothers Ave. Seymour Johnson AFB, N.C. 27531-2459, ATTN: SrA Daniel Finkenstadt, Contract Specialist. Calls should be made to (919) 722-5607. Facsimile quotes will also be accepted at (919) 722-5424. All emails should be sent to daniel.finkenstadt@seymourjohnson.af.mil.
 
Place of Performance
Address: 1305 HANGER ROW SJAFB, N.C.
Zip Code: 27531
Country: USA
 
Record
SN00674873-W 20040918/040917083922 (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.