Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 30, 2007 FBO #2042
MODIFICATION

23 -- MOBILE COMMAND AND CONTROL (C2) TRAILER

Notice Date
6/28/2007
 
Notice Type
Modification
 
NAICS
336214 — Travel Trailer and Camper Manufacturing
 
Contracting Office
136 AW/LGC, 200 Hensley Ave., Building 1672, Carswell Joint Reserve Base, Fort Worth, TX 76127-1672
 
ZIP Code
76127-1672
 
Solicitation Number
F6J1AL7138A1
 
Response Due
7/18/2007
 
Archive Date
9/16/2007
 
Point of Contact
Micah Kruse, 817-852-3254
 
E-Mail Address
Email your questions to 136 AW/LGC
(micah.kruse@txcars.ang.af.mil)
 
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; quotes are being requested and a written solicitation will not be issued. ii. The solicitation number is F6J1AL7138A1 and is issued as a Request for Quotation (RFQ). iii. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-27. iv. This notice is 100% set-aside for small business concerns. The associated NAICS code is 336214 and small business size standard is 500. The Small Business Competitiveness Demonstration Program does not apply for this acquisition. v. Request quote on the following item(s) and quantity(s): (0001) - Qty 1(ea) - Mobile Command Trailer (Offeror shall meet all specifications as set forth in the Statement of Work (SOW) dated 21 June 2007, Reference No.: F6J1AL7138A100.) vi. Please see statement of work (SOW) dated 21 June 2007, Reference No.: F6J1AL7138A100. Offerors shall provide the requested brand name or equal (if specified), though any Offeror providing an or equal product shall provide specification sheets or produc t literature for evaluation by the government. THE GOVERNMENT SHALL PROVIDE THE STATEMENT OF WORK UPON REQUEST VIA EMAIL. vii. Offers shall clearly specify a delivery date and type of freight transportation (FOB destination or origin). It should be noted that the government prefers FOB destination. Delivery shall be made to Attn: MSgt Jon Blankenship, 500 Hensley Ave. Bldg 4175, Fort Worth, TX 76127 for inspection and acceptance by an authorized government official, unless otherwise indicated by the contracting officer. Delivery shall be made by 13 September 2007. viii. The provision at Federal Acquisition Regulation (FAR) 52.212-1, Instruction to Offerors-Commercial, applies to this acquisition; as well as the following addenda: (b)(12) This acquisition does not allow offers to be submitted via fax or email. ix. The provision at FAR 52.212-2, Evaluation-Commercial Items, applies to this solicitation. The government will award a contract resulting from this solicitation to the offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The significant evaluation factors shall be price and technical capability of the item offerered to meet the needs of the government, and those factors other then cost or price, when combined are approximate ly equal to cost or price. x. Offerors shall include a copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, and FAR 52.219-1 (Alt I), Small Business Program Representations, with their offer. Any offer received by the government not in cluding these provisions may result in the government not considering your offer for evaluation. The government may provide these documents as an attachment to this solicitation or via email; though offerors are encouraged to download the most current ref erence from http://farsite.hill.af.mil. --- Note  Offerors may elect to complete the representations and certifications online at https://orca.bpn.gov. When completing online via ORCA, the offeror is still required to provide a written copy of FAR 52.21 2-3, Representations and Certifications-Commercial Items, though section (k) of this provision need only be completed (written copy of FAR 52.219-1, Small Business Program Representations not required). If the offeror does not elect to complete representa tions and certifications online, sections (b) through (j) of this clause shall be completed as applicable. xi. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial, applies to this acquisition; as well as the following addenda: N/A, no addenda to subject clause xii. The cla use at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Order-Commercial Items (Deviation), applies to this acquisition. xiii. The following clauses and/or provisions apply to this acquisition: FAR 52.204-7, Central Contractor Registration; FAR 52.209-6, Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.211-6, Brand Name or Equal; FAR 52.219-1 (Alt I)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 Fac ilities; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25, Affirmative Action Compliance; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.225-18, Place of Manufacture; FAR 52.232-28, FAR 52.232-33, Payment by Electro nic Funds Transfer-Central Contractor Registration; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.246-1, Contractor Inspection Requirements; FAR 52.247-34, F.O.B. Destination; FAR 52.252-1, Solicitatio n Provisions Incorporated By Reference; FAR 52.252-2, Clauses Incorporated By Reference; FAR 52.252-5, Authorized Deviations In Provisions; FAR 52.252-6, Authorized Deviations In Clauses; FAR 52.253-1, Computer Generated Forms; Defense Acquisition Regulati on Supplement (DFARS) 252.204-7003, DFARS 252.204-7004 (Alt A), Central Contractor Registration; FAR 252.204-7006, Billing Instructions; Control of Government Work Personnel; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Acquisition of Commercial Items (Deviation); DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources As Subcontractors; DFARS 252.232-7003, Electronic Submissio n of Payment Requests; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications. / The following additional contract requirement(s) or terms and conditions apply to this acquisition: (1) The offeror shall prov ide the government with a standard commercial warranty that at a minimum meets that which is offered to commercial marketplace. (2) The offeror shall provide specifications, drawings, and product literature which sufficiently describe the trailer, traile r features, and accessories. xiv. The following Defense Priorities and Allocations System (DPAS) rating applies: N/A xv. The following Numbered Notes apply to this acquisition: N/A xvi. The date, time, and place for submission of offers is as follows: 18 July 2007 - 1:00P.M (Local/CST) - Offers shall be mailed to the following address: 136th Airlift Wing/Contracting, Attn: Chris Ehrhart, 200 Hensley Ave, Bldg 1672, Fort Worth, TX 7 6127. All offers shall be provided in a enclosed plain colored package with the company name and solicitation clearly displayed on the front and back. ANY OFFER RECEIVED AFTER THE TIME SET FORTH IN THIS SOLICITATION SHALL BE LATE AND WILL NOT BE CONSIDER ED UNLESS DETERMINED TO BE IN THE BEST INTEREST OF THE GOVERNMENT, AS WELL AS MEETING THE CRITERIA SET FORTH IN FAR 52.212-1. xvii. For further information regarding this solicitation, offerors can contact the following individual(s): SSgt Christopher Ehrhart - Contract Specialist, Ph: 817-852-3253, Fax: 817-852-3625 (only available until 13 July 07) or TSgt Micah Kruse - Contrac ting Officer, Ph: 817-852-3254, Fax: 817-852-3625. The 136th Contracting Office can be reached by email at the following address: 136msg.contracting@txcars.ang.af.mil. ---PLEASE PROVIDE ALL CORRESPONDENCE AND/OR QUESTIONS PERTAINING TO THIS SYNOPSIS/SOL ICITATION THROUGH EMAIL---
 
Place of Performance
Address: 136 AW/LGC 200 Hensley Ave., Building 1672, Carswell Joint Reserve Base Fort Worth TX
Zip Code: 76127-1672
Country: US
 
Record
SN01330515-W 20070630/070628231246 (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.