Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2007 FBO #1907
MODIFICATION

17 -- FOD Boss Sweeper

Notice Date
2/13/2007
 
Notice Type
Modification
 
NAICS
453998 — All Other Miscellaneous Store Retailers (except Tobacco Stores)
 
Contracting Office
Department of the Air Force, US Central Command Air Force/A4-LGCP, 332 ECONS Balad, Balad AB, APO, AE, 09315-9997, IRAQ
 
ZIP Code
09315-9997
 
Solicitation Number
F1EAEW70330100
 
Response Due
2/16/2007
 
Archive Date
3/3/2007
 
Point of Contact
John Grogan, Contracting Specialist, Phone 3184436245, Fax null, - Cesar Casilias, Contracting Officer, Phone DSN 3184436244, Fax null,
 
E-Mail Address
john.grogan@blab.centas.af.mil, cesar.casilias@blab.centaf.af.mil
 
Description
(i) 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. (ii) This solicitation is issued as a request for quotation (RFQ). Submit written quotes (oral quotes will not be accepted) on RFQ reference number F1EAEW70330100. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-13 & Class Deviation 2005-o0001. (iv) This solicitation is set-aside as unrestricted. The North American Industry Classification System (NAICS) code is 453998. (v) Potential offerors are to quote on the following line items: Line item Item Description Quantity Unit of Issue 0001 Airfield Sweeper Systems (Foreign Object Damage) FOD Boss PN BOSS-8 8 EA Line item Item Description Quantity Unit of Issue 0002 (Foreign Object Damage) FOD Boss Hitch Bar PN BHB-16 4 EA (vi) Offerors are authorized to quote line items indicated above as an ?or equal.? If an ?or equal? is quoted, the offeror is required to submit the technical specifications along with the offer. (vii) Items will be shipped to the following address: W25N14 CCP DDSP New Cumberland Facility Attn: SSgt John Grogan F1EAEW70330100 TCN: FB58607040X520XXX TAC: FA99 Bldg 2001 Dr. 135-168 New Cumberland, PA 17070 Items will be delivered and accepted at F.o.b. Destination (viii) FAR 52.212-1, Instructions to Offerors--Commercial Items (Jan 2006), applies to this acquisition. No addenda to this provision (ix) FAR 52.212-2, Evaluation--Commercial Items (Jan 1999), applies to this acquisition. 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, price and other factors considered. The following factors shall be used to evaluate offers: (1) technical capability of the item offered to meet the Government requirement; (2) price; (3) delivery terms. The Government intends to award to one vendor on a all or none basis. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) Offerors must submit, along with their offer, a copy of the completed representations and certifications as prescribed in FAR provision 52.212-3, Offeror Representations and Certifications?Commercial Items (Jun 2006), Alternate I (Apr 2002). (xi) FAR 52.212-4, Contract Terms and Conditions?Commercial Items (Sep 2005) applies to this acquisition. No addenda to this clause. (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items (Aug 2006) (DEVIATION). The following additional FAR clauses cited in the clause are applicable: 52.203-6 Restrictions on Subcontractors Sales to the Government (Jul 1995) 52.203-6 Alternate I (Oct 1995) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (Jan 2006) 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006) 52.232-33 Payment by Electronic Funds Transfer?Central Contractor Registration (Oct 2003) (xiii) The following clauses and provisions apply to this solicitation and are included by reference: 52.204-7 Central Contractor Registration (Jul 2006) 52.211-6 Brand Name or Equal (Aug 1999) 52.225-14 Inconsistency Between English Version and Translation of Contract (Feb 2000) 52.233-3 Protest After Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 52.247-34 F.o.b. Destination (Nov 1991) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated by Reference (Feb 1998) 52.252-5 Authorized Deviations in Provisions (Apr 1984) 52.252-6 Authorized Deviations in Clauses (Apr 1984) 252.204-7004 Alternate A (Nov 2003) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jul 2006) 252.225-7036 Buy American Act--North American Free Trade Agreements--Balance of Payments Program (Jun 2006) 252.225-7041 Correspondence in English (Jun 1997) 252.225-7042 Authorization to Perform (Apr 2003) 252.232.7003 Electronic Submission of Payment Requests (May 2006) 252.233-7001 Choice of Law (Overseas) (Jun 1997) 252.247-7023 Transportation of Supplies by Sea (May 2002) 252.247-7023 Alternate I & III * The full text of the FAR and DFARS can be accessed on the Internet at http://www.farsite.hill.af.mil/ and http://farsite.hill.af.mil/VFDFARA.HTM (xiv) A Defense Priorities and Allocations System (DPAS) rating will not be assigned to this acquisition. (xv) Any responsible vendor can submit an offer to this agency. Offers received will be reviewed and considered for award. (xvi) Quotes are due to this office no later than 1600Hrs, Eastern Standard Time, 13 Feb 07. Quotes must be sent via e-mail to john.grogan@blab.centaf.af.mil. All quotes must include the following information: Company?s complete mailing and remittance address, discounts for prompt payment, if any, CAGE Code, Dun & Bradstreet number (DUNS), and Taxpayer ID number (if a US vendor). Quotes must be valid for a period of no less than 30 days. Vendors shall indicate, by number of calendar days, the amount of time needed to deliver the items described in paragraph (v). (xvii) The point of contact for this combined synopsis/solicitation is SSgt John Grogan via email john.grogan@blab.centaf.af.mil. * AMEND COMBINED SYNOPSIS?SOLICITATION: The new close date is 16 Feb 2007. All quotes must be received no later than 16 Feb 2007, 1600 EST. Point of Contact: SSgt John Grogan john.grogan@blab.centaf.af.mil NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (13-FEB-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/USCENTAF/ECONS332/F1EAEW70330100/listing.html)
 
Place of Performance
Address: W25N14 CCP DDSP New Cumberland Facility Attn: SSgt John Grogan F1EAEW70330100 TCN: FB58607040X520XXX TAC: FA99 Bldg 2001 Dr. 135-168 New Cumberland, PA
Zip Code: 17070
Country: UNITED STATES
 
Record
SN01231723-F 20070215/070213222627 (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.