Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2006 FBO #1761
SOLICITATION NOTICE

42 -- Narcotic/Military Working Dog Kits

Notice Date
9/20/2006
 
Notice Type
Solicitation Notice
 
NAICS
453998 — All Other Miscellaneous Store Retailers (except Tobacco Stores)
 
Contracting Office
Department of the Air Force, Air Mobility Command, AMC Contracting Flight (HQ AMC/A7KF), 507 Symington Drive Room W202, Scott AFB, IL, 62265-5015
 
ZIP Code
62265-5015
 
Solicitation Number
FA4452-06-Q-A167
 
Response Due
9/25/2006
 
Archive Date
10/1/2007
 
Description
This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. The AMC Specialized Contracting Branch intends to solicit and award a firm-fixed price contract, under Federal Acquisition Regulation (FAR) Part 12 and 13. This solicitation is full and open competitive. The North American Industry Classification System (NAICS) for this acquisition is 453998 with a Small Business Size Standard of $6,500,000. Please identify your business size in your response based upon this standard. The solicitation number for this announcement is Request for Quote (RFQ) FA4452-06-Q-A167. This is a brand name or equal requirements with required salient characteristics identified below. This requirement is for 16 each QFEBR Narcotic and Military Working Dog Kits, Garrett Container Systems Part Number CON 961140X. Required delivery is 120 days after receipt of order. Required shipping is FOB Destination to the following Government installations at the identified quantities: Andrews AFB MD, 2, ea; Charleston AFB SC, 1 ea; Dover AFB DE, 2 ea; Fairchild AFB WA, 1 ea; Grand Forks AFB ND, 2 ea; MacDill AFB FL, 2 ea; McConnell AFB KS, 1 ea; McChord AFB WA, 2 ea; McGuire AFB NJ, 1 ea; Travis AFB CA, 1ea; and Ft. Dix NJ, 1ea. Total cost shall include all shipping and handling. The Government reserves the right to cancel this solicitation, with no obligation to the offeror by the Government. Only one award will be made to the lowest price technically acceptable offeror who meets the requirement. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12. The clause at FAR 52.211-6, Brand Name or Equal, applies to this acquisition. The provision at FAR 52-212-1, Instructions to Offerors-Commercial Items applies to this acquisition. Offerors are required to submit with their offer a completed copy of FAR 52.212-3, Offeror Representations and Certification--Commercial Items, or provide notification that their Representations and Certifications are available on the Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov/. The clause at FAR 52.204-7 Central Contractor Registration applies to this acquisition. The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items, applies to this acquisition, with the following clauses: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; FAR 52.219-27; Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor--Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. The following clauses apply to this requirement FAR 52.214-21 ? Descriptive Literature. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition with the following clauses: FAR 52.203-3, Gratuities; DFARS 252.225-7001 Buy American Act and Balance of Program; DFARS 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program; DFARS 252.227-7015, Technical Data--Commercial Items; DFARS 252.227-7037, Validation of Restrictive Markings on Technical Data; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.243-7002, Requests for Equitable Adjustment; and DFARS 252.247-7023, Transportation of Supplies by Sea. The clause at AFFARS 5352.201-9101?Ombudsman - (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).(c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Mr. Michael Jackson, HQ AMC/A7K, 507 Symington Dr, Scott AFB, IL 62225-5022, 618-229-0267, FAX 618-256-6668, email: Michael.jackson@scott.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. This is a DO rated order under the Defense Priorities and Allocations System (DPAS). Wide Area Workflow procedures shall be used for invoicing and acceptance on this requirement. All offers are due to this agency no later than 3:00 p.m., Central Daylight Time (CDT), 25 September 2006. Send all offers to the attention of Mary Miner, HQ AMC/A7KQC, 507 Symington Dr. Rm W202, Scott AFB, IL 62225-5022, or by facsimile to 618-256-3091, or e-mail to Mary.Miner@scott.af.mil, phone 618-256-9944. To view the clauses in full text, visit www.acqnet.gov/far. REQUIRED CHARACTERISTICS (ITEM/QUANTITY): CLEANER LUBRICATING (CLP),1; SPT SPRAY,1; 5 GALLON WATER COOLER,1; BATTERY D CELL ALKALINE 6-PACK,2; BATTERY AA ALKALINE 4 PACK,6; BATTERY LANTERN 6 VOLT, 12; FIRE EXTINGUISHER DRY CHEMICAL, 1; SANDBAGS (100 PER BUNDLE) (POLYPROPYLENE OD GRN), 10; FIRST AID KIT LARGE (25-PERS0N),1; WATER CAN 5 GALLON PLASTIC,2; 5-GALLON PLASTIC FUEL CAN,2; BATTERY OPERATED LANTERN (D-CELL),1; LANTERN (D-CELL/RECHARGE),2; POWER TRANSFORMER, 1; TWO LIGHT KIT COMPLETE,1; NIGHT VISION INTENSIFIERS,1; 60,000 BUT HEATER,1; EXPANDABLE FRAME SET TENT,1; EXPANDABLE 16' X 16' TENT,1; 16' X 16' TARPAULIN,2; LEATHER DOG MUZZLE,1; LEATHER 1 1/4" X 24" DOG COLLAR,1; DOG TOENAIL TRIMMER,1; DOG KENNEL CHAIN,1; 42" NYLON WEB DOG LEASH,1; DOG LEASH HOLDER LEATHER,1; LEATHER DOG LEASH 1" X 60",1; DOG CHOKE CHAIN 24" 4MM,1; DOG GROOMING BRUSH,1; DOG COMB,1; DOG PAN FEEDING 5 QUART,1; MAGNETIC COMPASS (LENSATIC W/POUCH AND CLIP),1; DIESEL GENERATOR 6KW SET,1; PRC-148C PORTABLE TACTICAL RADIO (MBITR),1; PRC-148C SINGLE UNIT CHARGER (AC ONLY) (MBITR),1; PRC-148C LITHIUM RECHARGEABLE BATTERY,2; PRC-148C COMM HOLSTER,1; PRC-148C COMM CLONING CABLE,1; PRC-148 COMM BROADBAND ANTENNAE 30-512 MHZ,1; PRC-148C COMM ANTENNAE 400-512 MHZ,1; PRC-148C COMM ANTENNAE 116-174 MHZ,1; PRC-148C COMM ANTENNAE 30-88 MHZ,1; PRC-148C COMM MICROPHONE SPEAKER,1; PRC-148C COMM BATTERY HOLDER,1; PRC-148C COMM PC COMPATIBLE PROGRAMMER,1; PRC-148C PLGR INTERFACE CABLE,1; HEATER DUCT,1; PAQ-4C LASER AIMING LIGHT,1; 1 QUART 15240 DIESEL MOTOR OIL,1; ILSPEC COT,2; FIELD FORTIFICATION KIT,1; POWER GENERATOR REMOTE PANEL WIRING KIT,1; COLLAPSIBLE DOG CONTAINER,1.
 
Record
SN01149524-W 20060922/060920220843 (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.