Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2007 FBO #2056
SOLICITATION NOTICE

61 -- Portable Load Bank With Heavy Duty Trailer.

Notice Date
6/12/2007
 
Notice Type
Solicitation Notice
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Laughlin AFB Contracting Squadron, 171 Alabama Ave Bldg 7, Laughlin AFB, TX, 78843-5102, UNITED STATES
 
ZIP Code
78843-5102
 
Solicitation Number
Reference-Number-F2R3C67122A100
 
Response Due
6/25/2007
 
Point of Contact
Scott McCoy, Contract Administrator, Phone 830-298-4862, Fax 860-298-4178, - Rusty Charlton, Contract Administrator, Phone 830-298-4965, Fax 860-298-4178,
 
E-Mail Address
scott.mccoy@laughlin.af.mil, rusty.charlton@laughlin.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Requirements (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation number F2R3C67122A100 is hereby issued as a Request for quotation (RFQ) using FAR Subpart 13.1 Simplified Acquisition Procedures. CLIN 0001: Load Bank with a minimal rating of 660 KW at 240/480 Volts AC. Qty: 1 Ea CLIN 0002 : Heavy duty trailer, dual axle, DOT road legal, capable of transporting the load bank supplied in CLIN 0001, with 2 manual load cable reels with a minimal capacity to store 700 FT of 4/0 AWG customer furnished load cable. Qty: 1 Ea Delivery on or before 15 Jul 07. Provide FOB Destination pricing This acquisition is 100% Small Business Set-Aside and is under North American Industry Classification System code 335312 with a small business size standard of 1,000 employees. Please identify your business size in your response based upon this standard. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16, effective 22 March 2007 and Class Deviation 2005-o0001 and the Defense Federal Acquisition (DFARS) Change Notice 20070531. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions may be accessed via the Internet at website http://farsite.hill.af.mil. The following clauses and provisions are incorporated and are to remain in full force in any resultant purchase order: Instructions to Offerors-Commercial Items (Jan 2006), and any addenda to the provision as listed in this notice; FAR 52.212-2, Evaluation-Commercial Items (Jan 1999) (Award will be based upon lowest price technically acceptable); FAR 52.212-3, Offeror Representations and Certifications?Commerical Items (Nov 2006); FAR 52.212-3 Alt 1, Offeror Representations and Certifications-Commercial Items (Apr 2002) (Offeror must complete the representations and certifications and submit with offer. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov); FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Sep 2005), and any addenda to the provision as listed in this notice; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders --Commercial Items (Mar 2007) (DEVIATION); FAR 52.219-6, Notice of Total Small Business Set-Aside (June 2003); FAR 52.204-7, Central Contractor Registration (Jul 2006); FAR 52.222-3, Convict Labor (Jun 2003); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2006); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Apr 2002); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); FAR 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006); FAR 52.232-33, Payment by Electronic Funds Transfer_Central Contractor Registration (Oct 2003); 52.233-1, Disputes (July 2002); FAR 52.233-3, Protest After Award (Aug 1996); FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004); FAR 52.247-34, F.O.B. Destination (Nov 1991); FAR 52.252-3, Alterations in Solicitation (Apr 1984); FAR 52.252-4, Alterations in Contract (Apr 1984); FAR 52.253-1Computer Generated Forms (Jan 1991); DFARS 252.204-7004 Alternate A (Nov 2003); DFARS 252.204-7003, Control of Government Personnel Work Product (Apr 1992); DFARS 252.211-7003, Item Identification and Valuation (Jun 2005); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2006); 252.225-7035 Buy American Act--Free Trade Agreements--Balance of Payments Program Certificate (Oct 2006); DFARS 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program (Mar 2007); DFARS 252.232-7003, Electronic Submission of Payment Requests (May 2006); DFARS 252.232-7010, Levies on Contract Payments (Dec 2006); DFARS 252.243-7001, Pricing of Contract Modifications (Dec 1991); DFARS 252.247-7023 Transportation of Supplies by Sea (May 2002); DFARS 252.247-7023 Alt 3, Transportation of Supplies by Sea (May 2002); The following clauses are incorporated and amended as follows: FAR 52.212-4 Addendum (Feb 2007) Paragraph (c) is hereby tailored as follows: (c) Changes. Changes in the terms and conditions of this contract maybe made only by written agreement of the parties. Administrative changes such as paying office, appropriation data, typographical errors, etc., may be changed unilaterally by the Government; FAR 52.252-1, Solicitation Provisions Incorporated by Reference is amended to include Internet address: http://farsite.hill.af.mil. (Feb 1998); FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) (http://farsite.hill.af.mil); FAR 52.252-5, Authorized Deviations in Provisions is amended in paragraph (a) to add ?Department of Defense Federal Acquisition Regulation? Chapter 1 (Apr 1984); FAR 52.252-6, Authorized Deviations in Clauses is amended in paragraph (b) to add,Department of Defense Federal Acquisition Regulation, Chapter 1 (Apr 1984);AFFARS 5352.201-9101, Ombudsman (Aug 2005) (Maria G. Beckett, Chief, Business Operations Branch, AETC/A7KB, 2035 1st Street West, Ste 1, Randolph AFB TX 78150-4304, phone (210) 652-7905, facsimile (210) 652-8348, Lupe.Beckett@randolph.af.mil.) In Accordance with DFARS 252.232-7003, Invoicing and payments must be made utilizing the Wide Area Work Flow (WAWF) - To register and submit invoice go to https://wawf.eb.mil. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. This purchase will incorporate one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. A Firm-Fixed Price purchase order will be issued in writing to the successful offeror. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the Central Contractor Registration. To register you may call 1-888-227-2423 or apply via the Internet at http://www.ccr.gov. The quote format is at the discretion of the offeror. Include FAR 52.212-3 Alt 1, Offer Representation and Certification with Offer. No telephonic responses will be processed. All responses must be received no later than 12:00 P.M., Central Standard Time on 25 Jun 2007. Please send quotes to A1C Scott McCoy by fax at (830) 298-4178 or by e-mail scott.mccoy@laughlin.af.mil. If you have any questions please call (830) 298-4862 or send an e-mail to the above address. You may also contact the alternate POC, SrA Rusty Charlton, at (830) 298-4965, or by e-mail rusty.charlton@laughlin.af.mil. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (12-JUN-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 12-JUL-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AETC/LaugAFBCS/Reference-Number-F2R3C67122A100/listing.html)
 
Place of Performance
Address: Bldg. 454 Laughlin AFB Texas
Zip Code: 78843
Country: UNITED STATES
 
Record
SN01341320-F 20070714/070712225015 (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.