Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2006 FBO #1756
SOLICITATION NOTICE

42 -- Fire Extinguishers

Notice Date
9/15/2006
 
Notice Type
Solicitation Notice
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, OH, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
FA8601-06-T-0195
 
Response Due
9/19/2006
 
Archive Date
10/31/2006
 
Description
FIRE EXTINGUISHERS: This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation FA8601-06-T-0195 is issued as a Request for Quotations (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12. This acquisition is unrestricted (Full and Open Competition.) The associated North American Industry Classification System (NAICS) code is 339999. The small business size standard is 500 Employees. This RFQ is being conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). No paper copies of this solicitation will be provided. The RFQ has one (1) line item. LINE ITEM 0001: Fire Extinguishers, Manufactured by Amerex, Model # B456, 10 LB. size, type ABC Multi Purpose Dry Chemical, Qty 1000 Each . Only Brand Name quotes will be accepted. FOB point is Destination (Wright-Patterson AFB OH 454330. Quoted prices should be delivered (FOB Destination) prices. BRAND NAME ONLY quotes will be accepted. FOB point is Destination (Wright-Patterson AFB OH 45433. Quoted prices should be delivered (FOB Destination) prices. The government intends to award a purchase order resulting from this solicitation to the responsible quoter 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: price, technical, past performance, and delivery time. Solicitation provision at FAR 52.212-1, Instructions to Offerors - Commercial (Jan 2004) are hereby incorporated by reference. Award will be based upon best value to the government considering price and technical acceptability, see FAR 52.212-2 - Evaluation - Commercial Items. All offerors shall include with their offers a completed copy of provision 52.212-3, Offeror Representations and Certification Commercial Items (Jan 2004). Clause 52.212-4, Contract Terms and Conditions, Commercial Items (Oct 2003), is hereby incorporated by reference. The following additional FAR clauses cited in FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items (Jan 2004) are applicable to the acquisition: 52.211-6, Brand Name of Equal; 52.203-6, Restrictions on Subcontractor Sales to the Government, With Alternate I; 52.204-6, Data Universal Numbering System (DUNS) Number; 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of Vietnam Era; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. The following DFARS clauses apply to this acquisition: DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items; DFARS 252.225-7036 w/Alt 1, Buy American Act and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources As Subcontractors; DFARS 252.204-7004, Required Central Contractor Registration; and 252.211-7003, Item Identification and Valuation. Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. IMPORTANT NOTICE TO CONTRACTORS: Any award resulting from this solicitation will include DFARS Clause 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/. By submission of a quote, the quoter acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation. Mr. Stephen Miller has been appointed as Ombudsman to hear concerns from offerors, or potential offers, during the proposal development. The purpose of the Ombudsman is to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. Existence of the Ombudsman does not diminish the authority of the program director or the contracting officer. Accordingly, the Ombudsman does not participate in the preparation of solicitations, the evaluation of proposals or the source selection process and, therefore, for routine matters on individual solicitations, please contract the buyer at the telephone number listed herein. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. Should you desire to contact the Ombudsman, Mr. Miller can be reached at (937) 255-5315, DSN 785-5315. His address is 1755 Eleventh Street, Room 113, Bldg 570, Wright-Patterson AFB OH 45433-7404. All proposals, Representations and Certifications, and Central Contractor Registration Information are due 16:00 PM EDT on 19 September 2006 and must be submitted to Tammy Tobe, 88 CONS/PKBB, 1940 Allbrook Drive, Suite 3, Wright-Patterson AFB OH, 45433-5309, emailed to tammy.tobe@wpafb.af.mil, or faxed to (937) 257-3926. For information concerning this solicitation, contact Tammy Tobe at (937) 522-4639 or tammy.tobe@wpafb.af.mil. Two (2) documents, the Representations and Certifications and the Brand Name Justification, to this combined synopsis/solicitation will be provided upon e-mail request to the above contact. Contractors must be registered in CCR prior to award for solicitations issued after 31 May 1998. Tel: 1-888-CCR-2423 Fax: 1-703-696-0213. Duns/CCR Website: http://ccr.edi.disa.mil/ccr/cgibin//query.pl.
 
Place of Performance
Address: Wright-Patterson AFB OH
Zip Code: 45433
Country: UNITED STATES
 
Record
SN01145068-W 20060917/060915220913 (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.