Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2007 FBO #2001
MODIFICATION

93 -- Fiberglass reinforced plastic foam-filled float

Notice Date
5/18/2007
 
Notice Type
Modification
 
NAICS
326199 — All Other Plastics Product Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5 Bldg 647, Tyndall AFB, FL, 32403-5526, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-325CONSFOAMFLOAT
 
Response Due
5/23/2007
 
Archive Date
6/7/2007
 
Point of Contact
Joseph Adams, Contract Specialist, Phone 850-283-9147, Fax 850-283-8491, - Ginny Garner, Contracting Officer , Phone 850 283-2974, Fax 850 283-8491,
 
E-Mail Address
joseph.adams@tyndall.af.mil, ginny.garner@tyndall.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of this amendment is to extend the response date to 23 May 07. 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; quotes are being requested and a written solicitation will not be issued. This constitutes the only notification before award. This is a firm fixed price, 100% small business set-aside. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-012. This posting is to inform potential providers that Tyndall Air Force Base, Florida (actual shipping location will be NAS Pensacola, FL) has a requirement to purchase a 30ft -0in diameter fiberglass reinforced plastic / foam-filled float, described in the following line item: ITEM 1: (QUANTITY 1) 30ft -0in diameter fiberglass reinforced plastic / foam-filled float, 4in thick x 5in wide. The exterior of the float must be at a minimum: top-coated with a white pigmented top-coat containing UV inhibitors or a substitutable coating for outdoor use. The minimum thickness of the fiberglass reinforced plastic portion of this float should not be less than .250in. The float may be produced in multiple sections, if required for transportation. The item must be applicable for use in parachute canopy disentanglement instruction. A detailed drawing of the item is required and should include dimensions, materials used, and any cuts if sections are created for ease of transportation. Contractors must include, with their quote, the CAGE code, tax identification number (TIN), and delivery date. Delivery must be within 12 weeks of award. Quotes should be sent via mail, e-mail or fax listed below. Late responses will not be considered. THE RESPOND NO LATER THAN DATE FOR THIS SOLICITATION IS 23 MAY 2007 at 4:00 PM CENTRAL STANDARD TIME. The point of contact for this requirement is Lt Joe Adams, 325 CONS/LGCBA, 501 Illinois Ave, Ste 5, Tyndall AFB, FL 32403-5526. Phone: 850-283-8635. FAX: 850-283-8491. E-mail: joseph.adams@tyndall.af.mil. Quotes may be e-mailed or faxed 325th Contracting Squadron/LGCB, Attn: Lt Joe Adams, 501 Illinois Ave, Ste 5, Tyndall AFB, FL 32403-5526. Oral quotes will not be accepted. Vendors interested in an electronic quotation to fill out may contact Lt Joe Adams at joseph.adams@tyndall.af.mil. Vendors not registered in the Central Contractor Registration (CCR) database prior to award will be ineligible for award (http://www.ccr.gov/). Award will be made based on price, delivery date, and applicability of submitted drawing. Any award resulting from the solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payments Requests. 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 and training information available at no cost is located at http://www.wawftraining.com. The details of contract: only small businesses are eligible for award. The North American Industry Classification system code is 326199. The small business size cannot exceed 500 employees. The provision in FAR 52.212-1, Instructions to Offerors-Commercial Items, is applicable to this solicitation. As of 1 January 2005, offerors are required to complete online representations and certifications at http://orca.bpn.gov which are identical to what is required in FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; FAR 52.212-4,Contractor Terms and Conditions-Commercial Items; FAR 52.204-7, Central Contractor Registration; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; FAR 52.219-6, Notice of Total 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 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer; DFARS 252.204.7004, Required CCR Registration; DFARS 252.225-7000, Buy American Act and Balance of Payments Program (submit certification with quote); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Execute Orders Applicable to Defense Acquisitions or Commercial Items; DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors and DFARS 252.232-7003, Electronic Submission of Payment Requests and AFFARS 5352.201-9101, Ombudsman.
 
Place of Performance
Address: 55 Radford Blvd, Suite C, Pensacola, FL
Zip Code: 32508-5255
Country: UNITED STATES
 
Record
SN01298122-W 20070520/070518220655 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.