Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 09, 2006 FBO #1809
SOLICITATION NOTICE

80 -- AIRCRAFT PAINT

Notice Date
11/7/2006
 
Notice Type
Solicitation Notice
 
NAICS
325510 — Paint and Coating Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 2 CONS, 841 Fairchild Ave Ste 205, Barksdale AFB, LA, 71110-2271, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA4608-07-Q-0003
 
Response Due
11/17/2006
 
Archive Date
12/2/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined solicitation/synopsis for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (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. This solicitation is issued as a Request for Quotation (RFQ), solicitation number FA4608-07-Q-0003, in accordance with FAR Parts 12 and 13, and is in accordance with provisions and clauses effective in Federal Acquisition Circular (FAC 2001-26 effective 19 Jan 2005). The North American Industry Classification System (NAICS) number is 325510, and the business size is 500 employees. This is a brand name only requirement. No other brand name other than the one specified shall be considered. The proposed acquisition is set-aside for small businesses. Small businesses, woman-owned, and disabled veteran-owned businesses are encouraged to participate by submitting quotes. The items being procured are: (106 Each) Extended Life Top Coat , part #99GY003, color #36375, Mfg. by Deft, Inc. (48 Each) Extended Life Top Coat, part #99GY006, color #36320, Mfg. by Deft, Inc. (8 Each) Extended Life Top Coat, part #99GY013, color #36118, Mfg. by Deft, Inc. (73 Each) Epoxy Primer Type II Primer, part #02GN70A, Mfg. by Deft, Inc. The offer submittal shall list the item by part number, number of items being offered, the product description as listed above, and list the manufacturer as Deft, Inc. The offer shall list unit prices, total for each part number, and an overall totaled price. Delivery requirements: FOB Destination quotations are the only quotes that will be accepted. FOB origin offers will not be considered. Deliver date is NO LATER THAN 30 DAYS AFTER AWARD. Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors?Commercial Items, applies to this acquisition and the following addenda applies. Offerors shall submit their quote on letterhead stationery, provide unit prices with a grand total, and the contractor must remit a completed copy of the REPRESENTATIONS AND CERTIFICATIONS at FAR 52.212-3, and follow the instruction as provided in the clause. The provision at 52.212-2, Evaluation?Commercial Items applies to this acquisition. The following is added to 52.212-2(a): the Government will award a contract resulting from this solicitation to the responsive responsible offeror whose offer is 100 percent conforming to the solicitation, will be most advantageous to the government, price and other factors considered. THE GOVERNMENT WILL NOT ACCEPT PROPOSALS FOR ANY OTHER BRAND NAME ITEM, AND IT WILL NOT ACCEPT INCOMPLETE PROPOSALS. The following factors shall be used to evaluate offers: evaluation will be made on a pass fail basis determining that the items are Deft, Inc. products as listed above. Additionally, offers will be evaluated on the prices as offered. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with every requirement, that offer will not be technically acceptable, and therefore will not be considered. Once an offer has been determined to be technically acceptable, and in compliance with all directions in this solicitation, the Government will award to the offeror with the lowest evaluated price. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications?Commercial Items, and the 252.212-7000 Offeror Representations and Certifications with its offer. Additionally the following clauses and provisions apply to this acquisition: 52.212-4, Contract Terms and Conditions?Commercial Items 52.247-34, FOB Destination 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items, and includes the following clauses as cited: (b) 5, 14, 16, 17, 18, 19, 20, 24(i), 24(ii), and 31 Applicable DFARS clauses included: 252.204-7004, Required Central Contractor Registration 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items provisions 252.232-7003, 252-247-7023, 252.247-7024 The full text of a clause may be accessed electronically at http://farsite.hill.af.mil/. Offers must be received NLT 12:00 P.M. (CST), 17 November 2006, 2 Cons/LGCB, 841 Fairchild Ave, Suite 205, Barksdale AFB, LA 71110-2271. Quotes can be faxed ( in accordance with FAR provision 52.214-13 TELEGRAPHIC BIDS) to the attention of Jamie M. Arthur at (318) 456-3294. Offers received after this date and time will be considered as ?late submissions? in accordance with 52.212-1(f) and will not be evaluated or considered. Please refer any questions to Jamie M. Arthur, Contract Specialist, at (318) 456-4489, jamie.arthur@barksdale.af.mil or 1Lt Kenneth Herringdine, Contracting Officer, at (318) 456-5205, kenneth.herringdine@barksdale.af.mil.
 
Place of Performance
Address: BARKSDALE AFB, LA
Zip Code: 71110
Country: UNITED STATES
 
Record
SN01177335-W 20061109/061107220352 (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.