Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 30, 2005 FBO #1404
MODIFICATION

73 -- Garland Ranges + Deep Fryer

Notice Date
9/28/2005
 
Notice Type
Modification
 
NAICS
333319 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
1940 Allbrook Drive Suite 3 Wright-Patterson AFB, OH, 45433-5309
 
ZIP Code
45433-7218
 
Solicitation Number
FA8601-05-T-0268
 
Response Due
9/29/2005
 
Archive Date
12/29/2005
 
Point of Contact
Robin J. Tipton,937-257-6146, ext 4223
 
E-Mail Address
robin.tipton2@wpafb.af.mil
(robin.tipton2@wpafb.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DESC: GARLAND RANGES (WITH OVENS AND BROILERS) AND DEEP FRYER This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. There will be no hard copies distributed. A site visit is not deemed to be necessary. The contractor shall provide and install all items listed below to the new Fire Station located at Wright-Patterson AFB, OH in accordance with the attached Statement of Work. The solicitation document IAW the attachments, incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-05 + Class Deviation 2005- o0001. Please refer to the following website for FAR, DFARS and AFFARS references: http://farsite.hill.af.mil/VFFARa.HTM. Solicitation FA8601-05-T- 0268 is a Request for Quote (RFQ). This acquisition is 100% Set Aside for Small Business. North American Industry Classification System (NAICS) code is 333319 and the size standard is 500 employees. These instructions prescribe the format of quotes and describe the approach for the development and presentation of quote data. They are designed to ensure the submission of information essential to the understanding and comprehensive validation of quotes. The instructions permit the inclusion of any additional data or information a contractor deems pertinent. Contractors are cautioned to follow the detailed instructions fully and carefully, as the Government intends to make an award based on initial quotes received, without discussions with such offerors. Please see attached Statement of Work. Award will be made on an “all or none” basis. Completed Request for Quote – Quotes shall be submitted no later than 1400 hours Eastern Daylight Savings Time on 29 September 2005 to 88 CONS/PKBA, Attention: Robin Tipton, Contract Specialist, Area C, Building 1, Room 109, 1940 Allbrook Drive, Suite, 3, Wright-Patterson Air Force Base (WPAFB), OH 45433-5309. NOTE: Only quotes for the specific items request will be entertained. All others will be considered non-responsive. CLIN 0001 QTY 1 EA Electric Range, Garland - 36 Series HD Garland - 36 Series Heavy Duty Electric Range Griddle Range w/oven base and salamander broiler above Dimensions: 36"w X 36-1/2"d X 69Hh w/broiler Finishes: Optional stainless steel front, sides, and back MFR: Garland P/N: 36ER38 with ER-36 BRAND + P/N SPECIFIC CLIN 0002 QTY 1 EA Electric Range, Garland - 36 Series HD Garland - 36 Series Heavy Duty Electric Range Boiling Plate Range w/oven base and salamander broiler above Dimensions: 36"w x 36-1/2"d x 69"h w/broiler Finishes: Optional stainless steel front, sides and back MFR: Garland P/N: 36ER39 w/36ER BRAND + P/N SPECIFIC CLIN 0003 QTY 1 EA Garland - 36 Series Heavy Duty Electric Fryer 1 Phase Electric Voltage: 208V Dimensions: 18"w x 36-1/2"d x 36"h Finishes: Optional stainless steel front, sides and back MFR: Garland P/N: 36ES11-SF BRAND + P/N SPECIFIC Required Delivery Date: 27 February 2006 FOB: Destination (Wright-Patterson AFB, OH) Delivery Address: 88 CEG/CERF 1450 LITTRELL ROAD WRIGHT-PATTERSON AFB OH 45433-5209 The clause at far 52.204-7 –Central Contractor Registration (Apr 2003) with DFARS 252.204-7004, Alternate A (Nov 2003) applies to this acquisition. The provision at FAR 52.212-1 -- Instruction of Offerors – Commercial Items (Jan 2005) applies to this acquisition. The provision at FAR 52.212-2 -- Evaluation Commercial Items (Jan 1999) applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (1) Technical (2) Price. Per FAR 13.106-1(a) (2), the second fill in for FAR 52.212-2 is not required. The clause at FAR 52.212-3 – Offeror’s Representation and Certifications – Commercial Items (Mar 2005), Alternate I (Apr 2002) is applicable to this acquisition. A copy is attached to this document. A completed copy must be included with your quote. The clause at FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items (Oct 2003) applies to this acquisition and is hereby incorporated by reference. The clause at FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jul 2005) is applicable to the acquisition with the following additional FAR clauses. (1) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553) (2) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pul. L. 108-77, 108-78) (5)(ii)52.219-6, Notice of Total Small business Set-Aside (June 2003), Alternate II (Oct 1995) (14) 52.222-3, Convict Labor (June 2003) (E.O. 11755) (15) 52.222-19, Child Labor – Cooperation with Authorities and Remedies (Jun 2004) (E.O. 13126) (16) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) (17) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246) (18) 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) (19) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793) (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212) (26) 52.225-13, Restrictions on Certain Foreign Purchases (Mar 2005) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) (31) 52.232-33, Payment by Electronic Funds Transfer --Central Contractor Registration (Oct 2003) (31 U.S.C. 3332) The provision at FAR 52.222-22, Previous Contracts and Compliance Reports (Feb 1999) applies to this acquisition. The provision at FAR 52.222-25, Affirmative Action Compliance (Apr 1984) applies to this acquisition. The provision at FAR 52.252-1, Solicitation Provisions Incorporated By Reference (Feb 1998) applies. The fill-in for this provision is http://farsite.hill.af.mil. The clause At FAR 52.252-2, Clauses Incorporated By Reference (Feb 1998) applies. The fill-in for this clause is http://farsite.hill.af.mil. The clause at DFARS 252.204-7003, Control of Government Personnel Work Product (Apr 1992) applies to this acquisition. The provision at DFARS 252.212-7000, Offeror Representations and Certifications- -Commercial Items (Jun 2005) applies to this acquisition. A copy is attached to this document. A completed copy must be included with your quote. The clause at DFARS 252-212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Sep 2005) applies to this acquisition with the following additional DFARS clauses: DFARS 252.225-7001, Buy American Act and Balance of Payments Program (Jun 2005) (41 U.S.C. 10a-10d, E.O. 10582) DFARS 252.225-7036, Buy American Act—Free Trade Agreements—Balance of Payments Program (Jun 2005) (Alternate I) (Jan 2005) DFARS 252.232-7003, Electronic Submission of Payment Requests (Jan 2004) DFARS 252.247-7023, Transportation of Supplies by Sea (May 2002), Alternate II (May 2002) (10 U.S.C. 2631) The clause at AFFARS 5352.201-9101, Ombudsman (Aug 2005), is applicable to this acquisition. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. Address issues, concerns, and questions regarding this acquisition to the contracting officer. You may refer them to the Ombudsman if, after discussing them with the Contracting Officer, you feel that you are not effectively communicating with the government. The Ombudsman does not diminish the authority of the program director or Contracting Officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. The ASC Ombudsman is Stephen J. Miller, ASC/AE, 1755 Eleventh St, B570, R113, Wright-Patterson AFB, OH 45433-7404 (Phone: 937-255-5315; FAX 937-656-7193; E- Mail stephen.miller@wpafb.af.mil). IMPORTANT NOTICE TO CONTRACTORS: Any award resulting from this solicitation will include DFARS 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of 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. Contractors must complete vendor training, which is also available at no cost, at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at https://wawf.eb.mil/. Three documents – (1) Statement of Work, (2) FAR Clause FAR 52.212-3 – Offeror’s Representation and Certifications – Commercial Items (Mar 2005), Alternate I (Apr 2002), and (3) 252.212-7000, Offeror Representations and Certifications--Commercial Items (Jun 2005) are incorporated at www.pixs.wpafb.af.mil, FA8601-05-T-0268. By submission of a quote, the contractor acknowledges the requirement that a prospective awardees and the manufacturers must be registered in Central Contractor Registration (CCR) prior to award for solicitations issued after 31 May 1998. Telephone 888-2423 or 269-961-4725 or website: http://www.bpn.gov/CCR/Scripts/index.html. For routine matters on individual solicitations, please contact Robin Tipton @ (937) 257-6147, ext 4223 or email address robin.tipton2@wpafb.af.mil. The Contracting Officer may be contacted by email at steve.godby@wpafb.af.mil. All offers are due 1400 hours Eastern Daylight Savings Time on 29 September 2005. The preferred method of receiving quotes is e-mail to Ms. Tipton at the above address. For more information on 05T0268--Garland Ranges + Deep Fryer please refer to http://www.pixs.wpafb.af.mil/pixslibr/05T0268/05T0268.asp NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (28-SEP-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
05T0268-Garland Ranges + Deep Fryer
(http://www.eps.gov/spg/USAF/AFMC/ASC/FA8601-05-T-0268/listing.html)
 
Place of Performance
Address: New Fire Station located at Wright-Patterson AFB, OH 45433
Zip Code: 45433
Country: United States
 
Record
SN00906286-F 20050930/050928214213 (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.