Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2007 FBO #2131
MODIFICATION

39 -- Bridge Crane

Notice Date
9/25/2007
 
Notice Type
Modification
 
NAICS
333293 — Printing Machinery and Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 27 CONS, 511 North Torch Blvd, Cannon AFB, NM, 88103-5109, UNITED STATES
 
ZIP Code
88103-5109
 
Solicitation Number
FA4855-07-Q-0016
 
Response Due
9/28/2007
 
Archive Date
10/13/2007
 
Point of Contact
Zachary Slaymaker, Contract Admininstrator, Phone 505-784-4871, Fax 505-784-1147
 
E-Mail Address
zachary.slaymaker@cannon.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
THIS REQUIREMENT IS BEING CANCELLED. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-20, Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20070913, and Air Force Acquisition Circular (AFAC) 2007-0823. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The solicitation number for this procurement is FA4855-07-Q-0016 and is a Request for Quotation (RFQ). Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). Information concerning CCR registration requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. This solicitation is set-aside 100% for Small Business. The North American Industry Classification System (NAICS) is 333923 Overhead Traveling Crane, Hoist, and Monorail System Manufacturing. Small Business Size Standard is 500 employees. Only one contract will be awarded. It is the firms? or individuals? responsibility to be familiar with applicable provisions and clauses. All FAR Provisions and Clauses may be viewed in full text at the Federal Acquisition Regulation Table of Contents via the Internet at http://farsite.hill.af.mil/vffar1.htm. All items shall be delivered FOB DESTINATION to Bldg. 133, Cannon AFB, NM 88103. This solicitation is for the procurement of: CLIN 0001: Quantity: 1 EA; Bridge Crane, Single Girder, Under Hung -Model# 10-SGTRDD-60 -Capacity: 15 Tons -Span: Up to 60 Feet -Motorized, must be able to travel 80 Ft forward and back and left to right to move loads. -Installation is required. -No O-Zone Depleting Material -Manufacturer: Gaffey or Equal NOTE: Any offer submitted as an or Equal must include required documentation in accordance with FAR Provision 52.211-6, Brand Name or Equal. The following Provisions and Clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1 Instructions to Offerors ? Commercial Items The following addenda is provided to this provision: Paragraph (b), entitled ?Submission of Offers?, Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for Receipt of Offers; Name; Address; Telephone Number of Offeror; Terms of the Expressed Warranty; Price; Any Discount Terms and Acknowledgement of all Solicitation Amendments. Quote shall also contain all other documentation specified herein. Signed quotes must indicate quantity, unit price and total amount. Offers may be submitted via facsimile or mail. Paragraph (c); entitled ?Period of Acceptance for Offerors?, the offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers. Paragraph (f)(1), entitled ?Late submissions, modifications, revisions, and with drawls of offers?, Late offers: Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers will not be considered. FAR 52.212-2 Evaluation ? Commercial Items The following addenda is provided to the provision: 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 date, and technical capability. FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items. 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. FAR 52.211-6 Brand Name or Equal NOTE: Any Offer Submitted as an Or Equal Must Include Required Documentation In Accordance with this Provision FAR 52.212-4 Contract Terms and Conditions?Commercial Items FAR 52.212-5 (dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items FAR 52.222-3 Convict Labor FAR 52.222-18 Certification Regarding Knowledge of Child Labor for Listed End Products FAR 52.222-19 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 52.232-33 Payment by Electronic Funds Transfer?Central Contractor Registration FAR 52.233-3 Protest After Award FAR 52.247-34 F.O.B. Destination FAR 52.247-64 Preference for Privately Owned U.S. Flag Commercial Vessels FAR 52.252-1 Solicitation Provisions Incorporated by Reference FAR 52.252-2 Clauses Incorporated by Reference FAR 52.252-5 Authorized Deviations in Provisions FAR 52.252-6 Authorized Deviations in Clauses DFARS 252.204-7004 Required Central Contractor Registration DFARS 252.212-7000 Offeror Representations and Certifications ? Commercial Items DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7000 Buy American Act ? Balance of Payments Program Certificate DFARS 252.225-7001(dev) Buy American Act and Balance of Payments Program DFARS 252.232-7003 Electronic Submission of Payment Requests AFFARS 5352.201-9101 Ombudsmen (see below POC) ** Lt Col Eric Tsali Brewington, HQ AFSOC/A7K, 427 Cody Avenue (Bldg 90333), Hurlburt Field, FL 32544-5407, Phone: (850)-884-3990, DSN: 579, Fax: (850) 884-2476, e-mail: eric.brewington@hurlburt.af.mil. ** RESPONSE TIME: Request for Quotation will be accepted at the 27th Contracting Squadron, 511 N Torch Blvd, Bldg 300, Cannon AFB, NM 88103-5109 NO LATER THAN 2:00 p.m. Mountain Time on 28 Sept 2007. Quotations maybe faxed to 505-784-2959. Facsimile offers will be accepted. Contracting Officer: Patricia Thatcher. Point of Contact for this Solicitation is: Robyn Knight, 505-784-7668, Fax: 505-784-2959, e-mail robyn.knight@cannon.af.mil, or Patricia Thatcher, 505-784-2890, Fax: 505-784-1147, e-mail patty.thatcher@cannon.af.mil . NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (25-SEP-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/ACC/27CONS/FA4855-07-Q-0016/listing.html)
 
Place of Performance
Address: 511 N Tourch Blvd Cannon AFB NM
Zip Code: 88103
Country: UNITED STATES
 
Record
SN01421161-F 20070927/070925231728 (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.