Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2007 FBO #2098
MODIFICATION

J -- Recertification of 107A Tank Cars

Notice Date
8/23/2007
 
Notice Type
Modification
 
NAICS
333912 — Air and Gas Compressor Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, ACC AMIC/PK, 11817 Canon Blvd, Newport News, VA, 23606-4516, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA4890-07-T-0016
 
Response Due
8/27/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation 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 solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-18, dated 30 Jun 2007 and Class Deviation 2005-o0001. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The solicitation will be issued on FedBizOpps and can be found at the following web site: http://www.fbo.gov/. Solicitation # FA489007T0016 is issued as a Request for Quote using Simplified Acquisition Procedures under the test program for certain commercial items found at FAR Part 13.5. This acquisition is set-aside 100% for small business. The North American Industry Classification System (NAICS) code is 333912 with a small business size standard of 500 employees. ACC AMIC/PKC has a requirement for recertification and shipment of two (2) each US DOT 107A Tank Cars; contractor shall comply with applicable OSHA standards. Contractor will be responsible for a complete turnkey recertification on this requirement to include certified testing/rehab, shipping, and any necessary equipment and materials required for the recertification. Pricing is based on the assumption that work will be performed on a Firm-Fixed Price basis. The contractor warrants the work under this purchase order will be free of defects in materials and workmanship for a period of 120 days or best offer. The contractor shall contact the Contracting Officer for approval and authorization to make any repairs that are not included as part of the recertification process as priced as part of any resulting contract. Any repairs made outside the normal recertification process without obtaining Contracting Officer approval and authorization are made at the contractor?s own risk and will not be reimbursed by the Government. The following contract line items are applicable to this solicitation: CLIN 0001 - Contractor is to provide a complete turnkey recertification of two (2) each US DOT Helium 107A Tank Cars. Certification documentation shall be provided prior to invoice submission. Tank cars are currently located at USAF Aerostat Site, Highway 60 South, Matagorda, TX 77457. CLIN 0002 - Shipment of two (2) each Helium 107A Tank Car to USAF Aerostat Site, 27 Miles SE of Eagle Pass, FM 1021, El Indio, TX 78860 POC: Mr. Richard Ramirez, Phone: (830) 773-7701. Place of delivery for acceptance and FOB point will be at the location in CLIN 0002 above. In addition to the pricing, offeror shall provide a description of the recertification procedures to be used for this effort and warranty period for this effort if different than 120 days as stated above. The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instruction to Offerors?Commercial Items. Quotes will be evaluated and awarded to the offeror with the lowest price technically acceptable offer. The clause at 52.212-2 Evaluation of Commercial Items. The provision at FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items, and the offeror shall ensure a completed ORCA is available for download. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52-212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.232-33, Payment by Electronic Funds-Central Contract Registration. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders ? Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payment Requests. The clause at FAR 52.204-7, Central Contractor Registration. The clause at DFARS 252.204-7004, Alternate A. The provision at DFARS 252.225-7000, Buy American Act ? Balance of Payments Program Certificate. The above provisions and clauses can be found at http://farsite.hill.af.mil. All offerors must be registered in the Central Contractor Registration database @ www.ccr.gov. This announcement will close and quotes are due by 12 noon (DST) on 27 Aug 2007. Signed and dated offers, to include a complete listing of all items, must be submitted to ACC AMIC/PKC, Attn: Patricia F. Ward, and SSgt Alan Tenney, 11817 Canon Blvd, Suite 306, Newport News, VA 23606-4516. All responsible sources may submit a bid, proposal, or quote which shall be considered. Offers may be submitted by email or facsimile; NOTE ? please call POC when submitting an offer by e-mail or facsimile. ACC AMIC/PKC Contract Manager POC: Patricia F. Ward, 757-764-9148, fax 757-764-9153, e-mail: patricia.ward@langley.af.mil or Contract Manager SSgt Alan Tenney, 757-764-5507, e-mail: alan.tenney@langley.af.mil. ACC AMIC/PKC Contracting Officer POC: Sharon Potter, 757-764-9371, e-mail: sharon.potter@langley.af.mil.
 
Place of Performance
Address: USAF Aerostat Site, Highway 60 South, Matagorda, TX
Zip Code: 77457
Country: UNITED STATES
 
Record
SN01382741-W 20070825/070823221252 (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.