Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2006 FBO #1711
MODIFICATION

99 -- Diesel Generators

Notice Date
8/1/2006
 
Notice Type
Modification
 
NAICS
336322 — Other Motor Vehicle Electrical and Electronic Equipment Manufacturing
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 48 CONS/LGC - Lakenheath, RAF Lakenheath Unit 5070 Box 270, RAF Lakenheath, UK, 09461-0270
 
ZIP Code
09461-0270
 
Solicitation Number
FA5587-06-T-0076
 
Response Due
8/7/2006
 
Archive Date
8/22/2006
 
Point of Contact
Ricardo Vasquez, Contract Specialist, Phone 44 1638 522262, Fax 44 1638 522268, - Alan Rose, Contracting Officer, Phone 44 1638 52 2091, Fax 44 1638 52 2268,
 
E-Mail Address
ricardo.vasquez@lakenheath.af.mil, alan.rose@lakenheath.af.mil
 
Description
Diesel Generators 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is FA5587-06-T-0076 is issued as a Request for Quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR) PARTS 12 and 13 and those referenced below. This is unrestricted. Description: 6 Ea. Diesel Generators FFP SDMO SD600E 6.0 KVA Yanmar or equal Diesel Generators with electric start and battery.KVA: 6 Rated Watts: 4800 Rated Voltage: 230v/115v Frequency: 50Hz or 60 Hz Phase: Single Engine Type: Yanmar L100 10 HP Fuel: Diesel Fuel Tank capacity: 26 Ltrs Low Oil Shut Down: YesCircuit Breaker Protection: Yes Output sockets: 1x16A/115v, 1x32A/115v, 1x16A/230v, 1x32A/230v . The contractor shall provide all personnel, tools, materials, management, supervision, and labor necessary to ensure the supply, and delivery of the diesel generators. The international delivery address is 48th Contracting Squadron, RAF Lakenheath, Bldg 977, Boston Drive, Brandon, Suffolk, IP27 9PN, United Kingdom (England) or Dover AFB, 436 APS, Bldg 505, Dover AFB, DE, 19902. Personnel requiring entry to RAF Lakenheath/RAF Mildenhall without an escort require written and approved authorization IAW AFI 31-101 and related guidance. The individual will then be advised that a Local Agency Check (LAC) is required to obtain a base pass. The individual will have five days to report to any police station and request the LAC. The cost will be ?10.00 to have the LAC completed (Contractor is responsible for the ?10.00 payment). Personnel refusing to obtain a LAC will not be issued a base pass. Personnel denied a base pass would not be employed under this contract. Upon arriving at the police station, they should request a Police National Computer (PNC) check. The procedures for filling out the application will be explained by the Police Constabulary. After completing the application, the individual will be required to post the application, along with ?10.00, to the applicable address. The receiving agency is required by law to have the check completed within 40 days. After explaining the process to the individual, the requesting base agency will issue the United States Air Force in Europe (USAFE) Form 79, Request for Base Entry Pass Identification and AF Form 2583, Request for Personnel Security Action, from the contract holding security manager. Personnel will proceed to Pass and Registration and be issued a temporary base pass, not to exceed 45 days from the date the USAFE Form 79 was issued. Pass and Registration will file the USAFE Form 79 for reissue of the base pass after the LAC has been returned. When the results of the LAC return, the individual must return to Pass and Registration to be issued a new USAFE Form 79 for the period of performance. Pass and Registration will annotate, in block # 17 of the USAFE Form 79, the results of the LAC. Personnel who return with a LAC containing derogatory information may be declined base access. Further information will be required before a base pass will be issued. A determination will be made at the time of request on whether further information is required to issue a base pass. Pass and Registration will maintain a copy of the LAC on file, for the duration of employment of the individual. Agencies are required to notify Pass and Registration of any new derogatory information received after the LAC has been completed. This shall be accomplished, in writing to 100 SFS/SFOXI, within 48 hours. Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. Upon termination of an employee the contractor shall ensure that the base identification pass issued to the employee is returned to the issuing office. Prior to submitting an invoice for final payment, the prime contractor shall obtain a clearance certification from the issuing office which states all base identification passes have been turned in, accounted for, or transferred to a follow-on contract. This certification shall be submitted to the Contracting Officer prior to submission of the final invoice for payment. Failure to comply with these requirements may result in withholding of final payment. Payment terms: to be agreed. Potential contractors shall include a completed copy of the provision at FAR 52.212-3 Offeror Representation and Certifications - Commercial Items with its offer. Contractors must include its Federal Tax Identification Number and corporate status. Corporate status means the concern's designation as a 1) sole proprietorship, 2) partnership, or 3) other corporate entity. The clause at 52.212-4 Contract Terms and Conditions -Commercial Items and provision at 52.212-1, Instructions to Offerors - Commercial Items applies to this acquisition and are incorporated by reference. The provision at 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items is included and incorporates by reference the clauses identified by the contracting officer: 52.233-3 Protest After Award, 52.225-13, Restrict ions on Certain Foreign Purchases, 52.203-6 Restrictions on Subcontractor Sales to the Government, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36 Affirmative Action for Handicapped Workers, 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration, . The provisions and clauses identified as 52.217-8 Option to Extend Services, 52.217-9 Option to Extend the Term of the Contract, 52.232-25 Prompt Payment, 52.232-18, Availability of Funds, 52.232-19, Availability of Funds for the Next Fiscal Year, applies to this acquisition and are incorporated by reference. DFARS clauses and provisions 252.212-7000 -- Offeror Representations and Certifications -- Commercial Items, 252.204-7001 -- Commercial and Government Entity (CAGE) Code Reporting, 252.204-7004 -- Required Central Contractor Registration apply to this solicitation. 252.229-7000 INVOICES EXCLUSIVE OF TAXES OR DUTIES Invoices submitted in accordance with the terms and conditions of this contract shall be exclusive of all taxes or duties for which relief is available. 252.229-7001 TAX RELIEF (a) Prices set forth in this contract are exclusive of all taxes and duties from which the United States Government is exempt by virtue of tax agreements between the United States Government and the Contractor's government. The following taxes or duties have been excluded from the contract price: NAME OF TAX: VAT___ (OfferorInsert) RATE: (PERCENTAGE): _17.5%__ (Offeror Insert) (b) The Contractor's invoice shall list separately the gross price, amount of tax deducted and net price charged. (c) When items manufactured to United States Government specifications are being acquired, the Contractor shall identify the materials or components intended to be imported in order to ensure that relief from import duties is obtained. If the Contractor intends to use imported products from inventories on hand, the price of which includes a factor for import duties, the Contractor shall ensure the United States Government's exemption from these taxes. The Contractor may obtain a refund of the import duties from its government or request the duty-free import of an amount of supplies or components corresponding to that used from inventory for this contract. 252.229-7006 VALUE ADDED TAX EXCLUSION UNITED KINGDOM) The supplies or services identified in this contract are to be delivered at a price exclusive of value added tax under arrangements between the appropriate United States authorities and Her Majesty?s Customs and Excise (Reference Priv. 46/7). By executing this contract, the Contracting Officer certifies that these supplies or services are being purchased for United States Government official purposes only. 252.229-7008 RELIEF FROM IMPORT DUTY (UNITED KINGDOM) any import dutiable articles, components, or raw materials supplied to the United States Government under this contract shall be exclusive of any United Kingdom import duties. Any imported items supplied for which import duty already has been paid will be supplied at a price exclusive of the amount of import duty paid. The Contractor is advised to contact Her Majesty?s (HM) Customs and Excise to obtain a refund upon completion of the contract (Reference HM Customs and Excise Notice No. 431, February 1973, entitled ??Relief from Customs Duty and/or Value Added Tax on United States Government Expenditures in the United Kingdom??). 252.232-7008 ASSIGNMENT OF CLAIMS (OVERSEAS) 252.233-7001 CHOICE OF LAW (OVERSEAS) 252.242-7000 POSTAWARD CONFERENCE 5352.204-9100 COMMUNICATIONS SECURITY REVIEW 252.232-7003 Electronic Submission of Payment Requests.As prescribed in 232.7004, use the following clause:ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (MAY 2006) (a) Definitions. As used in this clause?(1) ?Contract financing payment? and ?invoice payment? have the meanings given in section 32.001 of the Federal Acquisition Regulation. (2) ?Electronic form? means any automated system that transmits information electronically from the initiating system to all affected systems. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. However, scanned documents are acceptable when they are part of a submission of a payment request made using one of the electronic forms provided for in paragraph (b) of this clause. (3) ?Payment request? means any request for contract financing payment or invoice payment submitted by the Contractor under this contract. (b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests using one of the following electronic forms: (1) Wide Area WorkFlow-Receipt and Acceptance (WAWF-RA). Information regarding WAWF-RA is available on the Internet at https://wawf.eb.mil. (2) Web Invoicing System (WInS). Information regarding WInS is available on the Internet at https://ecweb.dfas.mil. (3) American National Standards Institute (ANSI) X.12 electronic data interchange (EDI) formats. (i) Information regarding EDI formats is available on the Internet at http://www.X12.org. (ii) EDI implementation guides are available on the Internet at http://www.dod.mil/dfas/. (4) Another electronic form authorized by the Contracting Officer. (c) If the Contractor is unable to submit a payment request in electronic form, or DoD is unable to receive a payment request in electronic form, the Contractor shall submit the payment request using a method mutually agreed to by the Contractor, the Contracting Officer, the contract administration office, and the payment office. (d) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. The performance of this contract is located on a United States Air Force installation, and all access to the installation is controlled by the RAF Lakenheath or RAF Mildenhall Pass & Identification Office, and 48th Contracting Squadron, at RAF Lakenheath UK. (a) Prior to commencing work the Contractor shall furnish a complete list of all vehicles and personnel involved in the accomplishment of the contract work to the Contracting Officer or designated representative to ensure access to the respective installations. The following information must be furnished on this list: (1) Vehicles: Make, model, and year of manufacture, capacity, type, license number, and insurance policy number. (2) Personnel: First and last name, date of birth, place of birth, passport or identification card number, place of residence and any such other information, as required, to satisfy individual air base or army security regulations governing access to granting of passes to the particular military establishment. (b) Individuals requiring base access on a recurring basis (over 30 days) for the performance of a contract will complete Request for Base Entry Pass Identification Worksheet, available from the 48th Contracting squadron. The 48th Contracting squadron will complete the USAFE Form 79. Contractors are responsible for process the USAFE Form 79 through the Pass and Registration Section at RAF Lakenheath or RAF Mildenhall for an Installation Pass. (c) All personnel on USAF installations are subject to search, at the discretion of the installation commander. (d) Installation passes will be returned immediately to the Pass and Registration Section when: (1) Pass has expired. (2) Pass holder is no longer employed by the Contractor. (3) Contract is completed. (4) Contracting Officer so directs. Pass and Registration will annotate, in block # 17 of the USAFE Form 79, the results of the LAC. Personnel who return with a LAC containing derogatory information may be declined base access. Further information will be required before a base pass will be issued. A determination will be made at the time of request on whether further information is required to issue a base pass. Pass and Registration will maintain a copy of the LAC on file, for the duration of employment of the individual. Agencies are required to notify Pass and Registration of any new derogatory information received after the LAC has been completed. This shall be accomplished, in writing to 100 SFS/SFOXI, within 48 hours. Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. Upon termination of an employee the contractor shall ensure that the base identification pass issued to the employee is returned to the issuing office. Prior to submitting an invoice for final payment, the prime contractor shall obtain a clearance certification from the issuing office which states all base identification passes have been turned in, accounted for, or transferred to a follow-on contract. This certification shall be submitted to the Contracting Officer prior to submission of the final invoice for payment. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 97-27 and DFARS DCN 20020531. Copies of the FAR and DFARS can be obtained via the Internet: www.farsite.hill.af.mil If not already registered, you should immediately register with CCR by calling 1-888-227-2423 or via the Internet at http://www.ccr.gov . Contractors are required to have a Dun & Bradstreet number (DUNS) in order be registered in the CCR database. Lack of registration may make an offeror ineligible for award. A contractor can receive a DUNS number by calling Dun & Bradstreet at 1-866-705-5711. Internet registration takes approximately 72 hours; mail-in registration takes approximately 30 days. Interested parties must submit any questions in writing (via e-mail, windows compatible) to BOTH individuals listed below, or fax to (011)(44) 01638-52-2268 or by US postal service to the below address. Quotes and any amendments (if any) must be signed, dated and submitted in writing by fax to (011)(44) 01638-52-2268, electronic or mail to 48th Contracting Squadron, Bldg 977, Boston Drive, RAF Lakenheath, Brandon, Suffolk, IP27 9PN attention to Ricardo Vasquez or Alan Rose by 4:00 PM Local Time, 15 August 06. If sent by electronic means, windows compatible, a signed original of the SF 1449 and all amendments (if any) shall be faxed NLT the date and time above and mailed to the above address within (5) workdays. If quotes are sent by fax, the entire original hard copy shall be mailed to the above address within (5) workdays. Contact Contracting Specialist, Ricardo Vasquez at (011)(44) 01638-52-5429, (ricardo.vasquez@lakenheath.af.mil) or SSgt Brad Nelson (011)(44) 01638-52-2086 , (brad.nelson@lakenheath.af.mil ) Contracting Officer (011) (44) 01638-52- 2091 (alan.rose@lakenheath.af.mil ) for information regarding this solicitation.
 
Place of Performance
Address: 48 SFS/SFTB - F2P3SF, MSGT DANIEL DABSON, RAF FELTWELL BLDG# 49, BRANDON
Zip Code: IP26 4HF
Country: UNITED KINGDOM
 
Record
SN01103202-W 20060803/060801221105 (fbodaily.com)
 
Source
FedBizOpps 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.