Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 20, 2006 FBO #1789
SOLICITATION NOTICE

99 -- Airfield FOD Sweeper

Notice Date
10/18/2006
 
Notice Type
Solicitation Notice
 
NAICS
423120 — Motor Vehicle Supplies and New Parts Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, SC, 29404-5021
 
ZIP Code
29404-5021
 
Solicitation Number
Reference-Number-F1M2X16207A100
 
Response Due
10/27/2006
 
Archive Date
11/10/2006
 
Small Business Set-Aside
Total Small Business
 
Description
(i) 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 requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1M2X16207A100 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular, effective 28 September 2006, 2005-13. (iv) This acquisition is 100% set-aside for small businesses. The associated NAICS code is 421120 with a 100 employees size standard. (v) Contractors shall submit a quote for two (2) vehicle-towed airfield sweeper assemblies, FOD Boss-8 Rapid Response Sweeper Package or equivalent capability. All responsible sources may submit a quotation, which shall be considered. (vi) The requirement is for two (2) Foreign Object Damage (FOD) sweeper assemblies for use on airfield surfaces (ramp, taxiway) on Charleston Air Force Base, South Carolina. Assemblies should be compatible with standard vehicle tow packages. FOD Boss-8 capability or equivalent see FAR 52.211-6, Brand Name or Equal. (vii) Quotes must be prepared for FOB Destination and include estimated delivery time. (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be assessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors-Commercial Items. (ix); FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government. Factors evaluated for award: Lowest price technically acceptable. (x) Contractors shall include a completed copy of FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. (xi) FAR 52.212-4 Contract Terms and Condition - Commercial Items (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply; FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. (xiii) The following additional clauses are applicable to this procurement. FAR 52.211-6, Brand Name or Equal FAR 52.211-17 Delivery of Excess Quantities FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.225-13, Restrictions on Certain Foreign Purchases >$2,500) FAR 52.253-1 -Computer Generated Forms DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414). DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate DFARS 252-225.7001, BAA - Balance of Payments Program DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.232-7003, Electronic Submission of Payment Requests AFFARS 5352.201-9101, Ombudsman (IAW 5301-9103). Complete paragraph as follows: Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0267, fax (618) 256-6668, e-mail: michael.jackson@scott.af.mil. (xiv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 27 Oct 06 no later than 4:30 PM Eastern Standard Time. Requests should be marked with solicitation number F1M2X16207A100. (xv) Address questions to SSgt Janet Schenck, Contract Specialist, at (843) 963-5164, fax (843) 963-5183, email janet.schenck@charleston.af.mil or Jacqueline Brown, Contracting Officer, Phone (843) 963-5169, email jacqueline.brown@charleston.af.mil. For more opportunities, visit http://www.selltoairforce.org, and http://www.sba.gov.
 
Place of Performance
Address: CHARLESTON AFB, SC
Zip Code: 29404
Country: UNITED STATES
 
Record
SN01167250-W 20061020/061018220528 (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.