Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2007 FBO #2103
SOLICITATION NOTICE

36 -- UV Laser Wire Marking Machine

Notice Date
8/28/2007
 
Notice Type
Solicitation Notice
 
NAICS
333992 — Welding and Soldering Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 319 CONS, 575 Tuskegee Airmen Blvd, Building 418, Grand Forks AFB, ND, 58205, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F2A2X37212A001
 
Response Due
9/6/2007
 
Archive Date
9/21/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSITIUTES THE ONLY SOLICITATION; proposals are being requested and a written solicitation will not be issued. i. This synopsis/solicitation reference number is F2A2X37212A001. and is being used as a Request for Quote. ii. This solicitation document and incorporated provisions and clauses are whose in effect through Federal Acquisition Circular 2005-19. iii. This acquisition is 100% set-aside for small business. The associated NAICS code is 333992 with a 500 employee size standard. iv. Line Item 0001 Taymer UV Laser XY2100 OR EQUAL. Quantity: 1 each. Line Item 0002 Shipping and Handling. Quantity: 1 each. v. Delivery will be to Grand Forks AFB, ND. Please advise delivery time after award. Prices should include delivery to Grand Forks AFB. vi. The following clauses and provisions are incorporated and will remain in full force in any resultant award. (Full text of clauses and provisions may be accessed electronically at http://farsite.hill.af.mil) vii. DFARS 211.274-2 Policy for unique item identification. viii. (a) It is DoD policy that DoD unique item identification, or a DoD recognized unique identification equivalent, is required for? ix. (1) All delivered items for which the Government?s unit acquisition cost is $5,000 or more; x. (2) Items for which the Government?s unit acquisition cost is less than $5,000, when identified by the requiring activity as serially managed, mission essential, or controlled inventory; xi. (3) Items for which the Government?s unit acquisition cost is less than $5,000, when the requiring activity determines that permanent identification is required; and xii. (4) Regardless of value? xiii. (i) Any DoD serially managed subassembly, component, or part embedded within a delivered item; and xiv. (ii) The parent item (as defined in 252.211-7003(a)) that contains the embedded subassembly, component, or part. xv. FAR 52.212-1, Instructions to Offerers -Commercial. FAR 52.2112-2, Evaluation-Commercial Items Evaluation. 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. Contractors shall include a completed copy of FAR 52.212-3, Offerors Representations and Certifications-Commercial Item, or complete electronic annual representations and certifications at http://orca.bpn.gov. FAR 52.212-4, Contract Terms and Conditions-Commercial Item. FAR 52.212-5 Deviation, Contract Terms and Conditions Required to Implement Statutes or Executive Orders to include: FAR 52.219-6, Notice of Small Business Set-Aside; FAR 22-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers With Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products; FAR 52.225-13, Restriction on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. FAR 52.252-1, Solicitation Provisions Included by Reference, http://farsite.hill.af.mil. FAR 52.252-2, Clauses Included by Reference, http://farsite.hill.af.mil. DFARS 252.204-7004, Required Central Contractor Registration. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items to include: DFARS 252.22-7001, Buy American Act and Balance of Payments Program. AFFARS 5352.201-9101 Ombudsman, Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 62225-5022, (618) 229-0267, fax (618) 256-6668, e-mail: michael.jackson@scott.af.mil xvi. Response to this combined synopsis/solicitation must be received via e-mail, fax or mail no later than 3:00 PM Central Standard Time on 6 September 07. Responses should be marked with the reference number F2A2X37212A001. xvii. Address questions to Reba Dyer, Contract Specialist, at (701)747-5280, fax (701)747-4215 or e-mail reba.dyer@grandforks.af.mil or Shane Lind, Contracting Officer, at (701) 747-5281 or e-mail shane.lind@grandforks.af.mil
 
Place of Performance
Address: 319 Cons, 575 Tuskegee Airmen Blvd. Bldg 418, Grand Forks AFB, North Dakota
Zip Code: 58205-6436
Country: UNITED STATES
 
Record
SN01387644-W 20070830/070828221716 (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.