Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2007 FBO #2113
SOLICITATION NOTICE

99 -- YAMAHA ATV'S

Notice Date
9/7/2007
 
Notice Type
Solicitation Notice
 
NAICS
423110 — Automobile and Other Motor Vehicle Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 18 CONS - Kadena, Unit 5199, Kadena AB, APO Japan, AP, 96368-5199, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA5270-07-Q-M157
 
Response Due
9/14/2007
 
Archive Date
9/29/2007
 
Description
(i) This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and written solicitation will not be issued. (ii) Request for Quote (RFQ) FA5270-07-Q-M15700 is a combined synopsis/solicitation for commercial items. This combined synopsis/solicitation is issued as a RFQ. Submit written offers only, oral offers will not be accepted. To be elidgble to receive an award resulting from this solicitation, contractors must be registered in the DoD Central Contractor Registration (CCR) database, NO EXCEPTIONS. To register, you may apply through the Internet at http://www.ccr.gov (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18 and through Department of Defense Acquisition Regulation Change Notice 20070802. It is the contractors responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm (iv) This procurement is being issued as FIRM FIXED PRICE, and UNRESTRICTED. North American Industrial Classification Standard: 423110334517 (v) ITEM DESCRIPTION QTY UNIT PRICE EXTENDED AMOUNT 0001 Niton XLp 303A Lead Paint Analyzer with thin film and Bulk Analysis Programs. Includes 2 rechargeable battery packs, battery charger, carrying case, PC connection cable, element scanner and barcode gernerator for sample ID input, on-site operator training, NDT software suite including remote control operation via PC, data analysis and certificate print cpabilities, belt holster, NIST-traceable paint standards, calibration check samples for dust wipes and air filters, test stand for soil sampling and thin films. Includes Trade-in discount for XL-300 at $2500. 2007 YAMAHA YXR66FAEXGV EXPLORING EDITION GREEN *OR EQUAL* Includes Bulk Sample Kit (500-704IPT) ? Complete sample collection and preperation accessories including sieves, 100 sample cup assemblies, test stand, NIST SRMs for calibration check, mortar and pestle, cleaning brushes, sample collection tools, in-situ test guard and portable test stand Includes Thin Sample Kit (500-712) ? Complete sample collection and preperation accessories including test stand, calibration check standards, 100 filter holders, dust wipe holder, 100 ASTM-approved dust wipes with bags 15 0002 Shipping ? Fully insured International Priority FedEx Delivery, FOB Billerica, MA Int?l Priority FedEx 1 (vi) This requirement is currently UNFUNDED. (vii) Please include delivery time with your quote. Shipping must be FOB Origin (door to door). FOB-Origin for delivery to: ANDREA BISHOP AT 718 CES/CEV UNIT 5261 BOX 10 APO AP 96368-5261TSGT CHARLES BREMBRY DET 1 554 RHS, PACAF UNIT 5184 APO AP 96368-5184. Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). (viii) The provision at FAR 52.212-1 Instructions to Offerors Commercial Items, applies to this acquisition. (ix) The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based on All or None and Best Value to the Government. Best value can include but is not limited to price, delivery schedule, warranty, and technical capability. (x) The clause at FAR 52.212-3 Offeror Representations and Certifications Commercial Items, applies to this acquisition. Complete only paragraph (j) of this provision if the annual representations and certificates have been completed electronically at http://orca.bpn.gov. If the annual representations and certifications has not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed. (xi) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item applies to this acquisition. In addition, the following provisions and clauses apply under 52.212-5: FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (or52.232 ?34 --Other than CCR, for non-US vendors); (xii) AFFARS 5352.201-9101 Ombudsmen applies with the following information filled in: Lt Col Mario J. Troncoso, 18th Contracting Squadron, Kadena AB, Okinawa, Japan, phone: 011-81-098-938-1111 ext. 632-7925 fax: 011-81-611-734-9093 email: mario.troncoso@kadena.af.mil . Concerns, issues, disagreements, and recommendations that cannot be resolved at the Squadron Ombudsman level may be brought by the concerned party for further consideration to the MAJCOM Ombudsman, Katherine Stockton, HQ PACAF/A7KP, Hickam AFB, HI 96853-5427, phone number (808) 449-8570, fax: (808) 449-8571** (xiii) The clause at DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items applies. In addition the following clauses apply under 252.212-7001: DFAR 252.232-7003 Electronic Submission of Payment Requests; DFAR 252.247-7023 Transportation of Supplies by Sea with Alternate III (xiv) There is no assigned DPAS rating. (xv) There are no numbered notes that apply to this requirement. (xvi) Quotes are due no later than 23 August 2007 14 September 2007 at 1630pm/COB (Japan Standard Time) . Quotes must be emailed to A1C Leslie Coffman at leslie.coffman@kadena.af.mil , or faxed to DSN (315) 634-4795 or Commercial 011-81-611-734-4795. (xvii) For additional information regarding this combined synopsis/solicitation, please contact A1C Leslie Coffman via email (leslie.coffman@kadena.af.mil) or phone (011-81-611-734-3541). (xviii) AVAILABILITY OF FUNDS Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.
 
Place of Performance
Address: TSGT CHARLES BREMBRY, DET 1 554 RHS, PACAF, UNIT 5184, APO AP
Zip Code: 96368-5184
Country: UNITED STATES
 
Record
SN01398948-W 20070909/070907221750 (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.