Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2007 FBO #2104
MODIFICATION

25 -- Henderson V-Box Spreader or Equal

Notice Date
8/29/2007
 
Notice Type
Modification
 
NAICS
423860 — Transportation Equipment and Supplies (except Motor Vehicle) Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Force Space Command, 50 CONTRACTING SQUADRON, 210 Falcon Parkway STE 2116, Schriever AFB, CO, 80912-2116, UNITED STATES
 
ZIP Code
80912-2116
 
Solicitation Number
FA2550-07-T-1010
 
Response Due
9/10/2007
 
Archive Date
9/25/2007
 
Point of Contact
Brenda Leckrone, Contract Specialist, Phone 719-567-5733, Fax 719-567-3438,
 
E-Mail Address
brenda.leckrone@schriever.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This procurement is for the acquisition of a commercial item using simplified procedures in accordance with FAR Parts 12.6 & 13. This is a combined synopsis/solicitation for commercial items or services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation is issued as a Request for Quotes (RFQ) against solicitation number FA2550-07-T-1010 for a BRAND NAME OR EQUAL acquisition. For those offerors of an OR EQUAL product, include in your offer descriptive literature such as illustrations, drawings, specifications or a clear reference of information readily available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. This procurement is being issued as a total Small Business Set-Aside under NAICS Code 423860 and small business size standard is 500 employees. Quotes may be sent to the 50CONS, Base Infrastructure Flight, 216 Falcon Parkway, STE 2116, Schriever AFB, CO 80912-2116 via postal mail service; electronic attachment to e-mail at brenda.leckrone@schriever.af.mil; or faxed to (719) 567-3809. The proposed acquisition consists of the following Contract Line Items Numbers (CLINs), for the Brand Name or Equal product: CLIN 0001 Furnish all labor, tools, parts, materials, facilities and transportation to purchase a Henderson FSH-III V-Box Spreader or Equal 2 each Unit Price $__________ Total $_____________ NOTE: Salient characteristics are as follows: - 13 foot top sloped to 11 feet at the bottom by 56 inches tall - Heavy duty gearbox with 8-tooth sprocket - Spring loaded idler shaft - Top grate screens that are hinged so they can be raised for cleaning - Adjustable inverted vee conveyor shield - Sander shall have the Colorado Department of Transportation self-folding leg stands attached - Hold down kit for securing into the dump truck - Hydraulic quick disconnect for supply at the rear of dump truck (existing hydraulics) - Orange finish (paint) - Amber L.E.D. obround strobes mounted on rear slope of hopper - Electrical pig tail supply to rear of dump truck (existing slave hook up) - Dual auger conveyor for no maintenance - 304 stainless steel hopper - Material capacity of 7.6 ? 9.0 cubic yards - Universal hookup shall fit a 2000 Sterling LT9500 w/15 ton capacity and 2004 International 7600 w/10 ton capacity Delivery: Within 30 days of purchase order award. If unable to meet this delivery timeframe, please provide your best delivery date with your quote. FOB: Destination Interested and qualified small business sources are requested to provide the following information in addition to their quote, no later than 10 September 2007, 3:00 PM Mountain Daylight Time (MDT): 1) Company name, address, CAGE Code and DUNS Number. 2) Point of contact telephone number and e-mail address. 3) Type of business, i.e. large business, small business, 8(a), HUB Zone, Service Disabled Veteran Owned Small Business (SDVOSB), etc, and under which NAICS Code. 4) Date of business type certification and offeror?s business size. 5) A brief statement that the Company is capable of providing the products (or equal products with salient characteristics) as annotated in CLIN 0001 above. 6) Offerors must be registered in the Central Contractor Registration database at http://www.ccr.gov to be considered for award. 7) Registration required in Wide Area Workflow (WAWF) at https://wawf.eb.mil This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-019 effective 17 Aug 2007. Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items. FAR 52.212-1 is supplemented per following addenda: Contractor shall submit their quotation on company letterhead stationary, provide solicitation number, the time specified in the solicitation for receipt of offers, name, address, and telephone number of the offeror, unit price, and overall total price, a technical description of the item being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, terms of any expressed warranty, price, any discount terms, cage code, DUNS number, size of business, acknowledgement of solicitation Amendments, a statement ensuring that the representations and certifications have been completed in accordance with FAR 52.212-3 Offeror Representations and Certifications--Commercial Items on the ORCA website (http://orca.bpn.gov/publicsearch.aspx). The provisions at 52.212-2, Evaluation--Commercial Items apply to this acquisition. The Government will award a contract resulting from this solicitation to the responsive responsible quoter whose technically acceptable quote conforming to the solicitation will be the most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate quotes: Award will be made on the basis of determining the technically acceptable quote with the lowest evaluated price which meets or exceeds the requirements and location for maintainability and availability of parts. Quotes will be evaluated on a pass or fail basis. If a quote cannot comply with every requirement, that quote will be determined not to be technically acceptable. Once a quote has been determined to be technically acceptable, then the Offeror with the lowest evaluated price will be awarded the purchase order. The following provisions and clauses apply to this acquisition and are listed by reference only. Provisions and clauses may be viewed in full text at: http://farsite.hill.af.mil FAR Clauses and Provisions: 52.204-7 Central Contractor Registration 52.211-6 Brand Name or Equal 52.212-4 Contract Terms and Conditions?Commercial Items 52.219-6 Notice of Total Small Business Set-Aside 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds-Central Contractor Registration 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference DFARS Clauses 252.204-7004 Alt A Required Central Contractor Registration 252.232-7003 Electronic Submission of Payment Requests 252.247-7023 Alt III Transportation of Supplies by Sea The following provisions and clauses apply to this acquisition and are listed by full text: FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (Aug 2007) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor?s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause. (i) 52.219-8, Utilization of Small Business Concerns (May 2004)(15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998)(29 U.S.C. 793). (v) 52.222-39, Notification of Employee rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965, as Amended (Jul 2005), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.) (vii) 52.222-50, Combating Trafficking in Persons (AUG 2007) (22 U.S.C. 7104(g)). Flow down required in accordance with paragraph (f) of FAR clause 52.222-50. (viii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006)(46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64, (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (APR2007) (DEVIATION) (a) In addition to the clauses listed in paragraph (b) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5 (MAR 2007) (DEVIATION), the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.225-7014 Preference for Domestic Specialty Metals, Alternate I (APR 2003) (10 U.S.C. 2533a). 252.237-7019 Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Pub. L. 108-375). 252.247-7023 Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631) 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631) (End of clause) 5352.201-9101 OMBUDSMAN (10 AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Headquarters Air Force Space Command A7K, 150 Vandenburg Street, Suite 1105, Peterson AFB, CO 80914-4230. Phone: 719-554-5250, Fax: 719-554-5299. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) Quotes must be received NLT 3:00 p.m. 10 September 2007 Mountain Daylight Time (MDT), 50CONS/LGCA, 216 Falcon Parkway, STE 2116, Schriever AFB, CO 80912-2116. Quotes received after this date and time will be considered late in accordance with 52.212-1(f), Late Submission, Modifications, Revisions, and Withdrawal of Offers and will not be evaluated. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (29-AUG-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AFSC/50CS/FA2550-07-T-1010/listing.html)
 
Place of Performance
Address: Schriever AFB CO
Zip Code: 80912
Country: UNITED STATES
 
Record
SN01390086-F 20070831/070829230241 (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.