Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2005 FBO #1346
SOLICITATION NOTICE

95 -- DETONATION UPGRADE KIT

Notice Date
8/1/2005
 
Notice Type
Solicitation Notice
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 436th CONS, 639 Atlantic Street, Dover AFB,, DE, 19902-5639
 
ZIP Code
19902-5639
 
Solicitation Number
Reference-Number-F1Q3CS5140A100UPGRADE
 
Response Due
8/15/2005
 
Archive Date
8/30/2005
 
Small Business Set-Aside
Total Small Business
 
Description
The 436th Contracting Squadron at Dover AFB Delaware intends to award a purchase order under Simplified Acquisition Procedures (SAP) for POST DETONATION UPGRADE KIT. This is a combined synopsis/ solicitation for commercial items prepared in accordance with the format in FAR Subparts 12.6 and 13.5, 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. The solicitation number is F1Q3CS5140A100 and is issued as a Request for Quotation (RFQ). The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2001-22 and Defense Acquisition Circular 91-13. This solicitation is 100% SET-ASIDE FOR SMALL BUSINESS in accordance with FAR Part 19. The North American Industry Classification System Code (NAICS) is 332999, size standard 500 employees. The contractor shall provide the following: The contractor shall provide all personnel, equipment, tools, materials, supervision, transportation, and other items and services necessary to provide the following items: STAINLESS HOSE, 9' MFG PART #8TH0303S6-9, NABCO PART #00193 MSG #11 3 EACH BRAND NAME OR EQUAL; STAINLESS HOSE BOTTOM PORT, 8" MFG PART #8TH0303S6-8", NABCO PART#00185 3 EACH BRAND NAME OR EQUAL; STAINLESS SWIVEL ADAPTER, MFG PART#1029-08-08, NABCO PART #00186 3 EACH BRAND NAME OR EQUAL; INTERNAL PORT BAFFLE NABCO PART #0012 3 EACH BRAND NAME OR EQUAL; PORT O-RING, INNER MFG #2-127, NABCO PART #00017 3 EACH BRAND NAME OR EQUAL; PORT O-RING OUTER, MFG PART #2-133, NABCO PART #00016 3 EACH BRAND NAME OR EQUAL; PORT INTERNAL SHIELD, NABCO PART #00011, 3 EACH BRAND NAME OR EQUAL; PORT INTERNAL SHIELD BOLT, MFG PART #0115209, NABCO PART #00195 3 EACH BRAND NAME OR EQUAL; ELECT.PASS THRU SHIELD BOLT, MFG PART #0115209, NABCO PART #00194 3 EACH BRAND NAME OR EQUAL; CONAX CONNECTOR (COMPLETE) MFG PART #C3084-2, NABCO PART #00183 3 EACH BRAND NAME OR EQUAL; CONAX LUBE KIT, MFG PART #19-0001-001, NABCO PART #00181 3 EACH BRAND NAME OR EQUAL; CONAX WIRES, ELECTRICAL, MFG PART #C152-2, NABCO PART #00182 3 EACH BRAND NAME OR EQUAL; CONAX SEALANT, REPLACEMENT (NYLON) MFG PART #RS-PL-18-A2-T, NABCO PART #00184 3 EACH BRAND NAME OR EQUAL; INNER DOOR O-RING, NABCO PART #00196 3 EACH BRAND NAME OR EQUAL; OUTER DOOR RING, NABCO PART #00197 3 EACH BRAND NAME OR EQUAL; VESSEL 0-RING, NABCO PART #00198, 3 EACH BRAND NAME OR EQUAL; SAMPLE BOTTLE/BULKHEAD O-RINGS, MFG PART #VT-7-OR-111, NABCO PART #00199 3 EACH BRAND NAME OR EQUAL; BASKET ASSEMBLIES, NABCO PART #0020 3 EACH BRAND NAME OR EQUAL; BASKET GUIDE BARS, NABCO PART #00211 3 EACH BRAND NAME OR EQUAL; BASKET THREADED PINS, MFG PART #NAB-104, NABCO PART #00204 3 EACH BRAND NAME OR EQUAL; BASKET NUTS, MFG PART #NAB-103, NABCO PART #00206 3 EACH BRAND NAME OR EQUAL; BASKET PINS-NO THREAD, MFG PART #NAB-105, NABCO PART # 00205 3 EACH BRAND NAME OR EQUAL; Please acknowledge all requirements on quotations. Offerors must provide brochures/literature of the items being offered along with their quote. The technical literature submitted needs to clearly communicate the offeror?s understanding and compliance with the minimum requirements as set forth in the specifications or any alternative proposal submitted in response to this RFQ. Discussions may or may not be held with offeror?s; therefore, each offeror?s initial proposal should be complete and accurate. FOB destination is required by the Government. FOB point is Dover AFB, DE. The required delivery date is 30 days ADC. Contractor shall provide all materials, labor, and transportation necessary to provide removal services. The following provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. In Accordance with FAR 52.252-1 (Feb 1998) and FAR 52.252-2 (Feb 1998), the following provisions and clauses are incorporated by reference: FAR 52.212-1, Instructions to Offerors, Commercial Items (Oct 2000); FAR 52.212-2, Evaluation, Commercial Items (Jan 1999). Award will be made to the offeror whose proposal represents the best value to the Government. Alternative proposals are encouraged. The minimum requirements as set forth in the specifications reflect the Government?s desired features. However, alternative proposals demonstrating technically equivalent or technically superior performance characteristics than those outlined in the specifications will be considered. If past performance is an evaluation factor, the offeror must provide, along with their quote, information regarding past performance. Offerors must submit company names, addresses, telephone numbers, name of contacts, contract numbers, and any other pertinent information to document past performance required by the Government. OFFERORS MUST INCLUDE WITH THEIR PROPOSAL A COMPLETED COPY OF THE PROVISION AT 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (JUL 2002) AND DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATION, COMMERCIAL ITEMS (NOV 1995) WITH THEIR QUOTE. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2002); it is tailored as follows: subparagraph c is changed to read: ?Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as changes in paying office, appropriations data, etc. which may be changed unilaterally by the Government.? 52.211-6 ?Brand Name or Equal. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Alt I)(Apr 2003); FAR 52.222-20, Walsh-Healey Public Contracts Act (Dec 1996); FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era , and other Eligible Veterans (Dec 2001); FAR 52.232-33, Payment by Electronic Transfer-Central Contractor Registration (May 1999); 52.233-3, Protest after Award (Aug 1996); 52.244-6, Subcontracts for Commercial Items (May 2002); 52.247-34, F.O.B. Destination (Nov 1991). In accordance with DFARS 252.204-7004, REQUIRED CENTRAL CONTRACTOR REGISTRATION (Nov 2001), prior to receiving any contract award, contractors must be registered in the Central Contract Registration (CCR). If not already registered, you should immediately register with CCR by calling 1-888-227-2423 or via the Internet at http://ccr.gov. On-line registration with the CCR is also available at the Small Business Administration Internet address (www.sbaonline.sba.gov). Confirmation of CCR registration must be obtained before award can be made. DFARS 252.225-7001, Buy American Act and Balance of Payment Program (Mar 1998); DFARS 252.225-7012, Preference for Certain Domestic Commodities (Apr 2002); DFARS 252.225-7036, Buy American Act -- North American Free Trade Agreement Implementation Act ? Balance of Payment Program (Mar 1998); DFARS 252.227-7015, Technical Data -- Commercial Items (Nov 1995); DFARS 252.227-7037, Validation of Restrictive Markings in Technical Data (Sep 1999); DFARS 252.243-7002, Requests for Equitable Adjustment (May 1998). Any award resulting from the solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act for fiscal year 2001 requires any claims for payments (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow-Receipt and Acceptance (WAWF- RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at NO COST to the contractor and training will be provided. Information available at no cost is located at http://www.wawftraining.com. Quotes should reference RFQ No. F1Q3CS5140A100. The POC for this acquisition is Michael Glimp (302) 677-5233; Fax (302) 677-2309, E-Mail Michael.Glimp@Dover.af.mil. Quotes may be mailed to 436th Contracting Squadron/LGCB, Attn: Michael Glimp, 639 Atlantic Ave, Dover AFB, DE 19902. Oral Quotes will not be accepted. Responses to this RFQ must be received via fax, e-mail, or postal mail by 15 August 2005, 4:00pm EST.
 
Place of Performance
Address: 639 ATLANTIC ST, DOVER AFB DE
Zip Code: 19902
Country: USA
 
Record
SN00859320-W 20050803/050801212134 (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.