Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 20, 2008 FBO #2306
SOLICITATION NOTICE

36 -- QTY: 2 ea - FODBOSS Replacement Mat P/N: R-BOSS-6, QTY: 1 ea - FODBOSS Sweeper Assembly P/N: BOSS-8AC, QTY: 1 ea - FODBOSS Duplex Hitch Bar P/N: DHB-16, to include commercial warranty.

Notice Date
3/18/2008
 
Notice Type
Solicitation Notice
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
138th FW/LGC, Oklahoma Air National Guard, 4200 North 93rd East Avenue, Tulsa, OK 74115-1699
 
ZIP Code
74115-1699
 
Solicitation Number
F9L2MX8068A001
 
Response Due
3/25/2008
 
Archive Date
5/24/2008
 
Point of Contact
John Paul Hill, 918-833-7250
 
E-Mail Address
Email your questions to 138th FW/LGC
(john.hill@oktuls.ang.af.mil)
 
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 constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The combined synopsis/solicitation number is F9L2MX8068A001 and it is issued as a Request for Quotations (RFQ). This acquisition is 100% set aside for Small Businesses. The North American I ndustry Classification System (NAICS) is 333999 and Small Business size standard is 500 employees. The Government intends to award a firm-fixed price contract resulting from this combined synopsis/solicitation to be delivered at Oklahoma Air National Guard , Tulsa, OK for the Following items or approved equals: CLIN 0001 - QTY: 2 ea - FODBOSS Replacement Mat P/N: R-BOSS-6, CLIN 0002 - QTY: 1 ea - FODBOSS Sweeper Assembly P/N: BOSS-8AC, CLIN 0003 - QTY: 1 ea - FODBOSS Duplex Hitch Bar P/N: DHB-16, to include commercial warranty. Questions concerning the specs, P/Ns can be addressed by contacting John Hill at john.hill@oktuls.ang.af.mil or via fax @ 918-833-7559. The following provisions and clauses are incorporated by reference: 52.209-6 Protectin g the Governments Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.212-1 Instructions to Offerors-Commercial Items 52. 212-4 Contract Terms and Conditions - Commercial Items ADDENDUM to 52.212-4 52. 223-11 Ozone-Depleting Substances 52.247-34 F.O.B. Destination; Acceptance shall be at Destination 52.212-2 Evaluation Commercial Items The purchase order will be awarded to the Lowest Price Technically Acceptable (LPTA). A technically acceptable offer is required to fully meet all the salient characteristics in F9L2MX8068A001 specifications. The technical evaluation will be a determination based on the information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the quotation. The Government reserves the right to make an award without discussions. 52.212-3 Offerors Representations and Certifications Commercial Items An offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror s hall complete only paragraphs (b) through (k) of this provision. DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items, 52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial It ems applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C 253S and 10 U.S .C. 2402) FAR 52.219-6 Notice o f Total Small Business Set-Aside FAR 52.219-8 Utilization of Small Business Concerns FAR 52.219-14 Limitations on Subcontracting FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilit ies FAR 52.222-26 Equal Opportunity FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Disabled Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era FAR 52.225-13 Restrictions on Certain Foreign Purchase FAR 52.232-33 Payment by Electronic Fund s Transfer Central Contractor Registration 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable t o Defense Acquisitions of Commercial Items (APR 2007) The following additional DFAR clauses cit ed in the clause are applicable: 52.203-3 Gratuities 252.225-7001 Buy America and Balance of Payment Program 252.225-7012 Preference for Certain Domestic Commodities 252.225-7015 Preference of Domestic Hand and Measuring Tools 252.232- 7003 Electronic Submission of Payment Requests. The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil. Quotations must be signed, dated and received by 11:00 AM Eastern Standard Time Marc h 25, 2008 via fax at 918-833-7559 or email to john.hill@oktuls.ang.af.mil at the 138th FW/MSC, Oklahoma Air National Guard, 9121 E. Mustang St, St 221, Tulsa, OK 74115-1015. All quotations from responsible sources will be fully considered. Vendors who ar e not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or online at www.bpn.gov/CCR. For questions concerning this Request for Quotation contact John Hill, Contract Specialist, via email at john.hill@oktuls.ang.af.mil.
 
Place of Performance
Address: 138th FW/LGC Oklahoma Air National Guard, 4200 North 93rd East Avenue Tulsa OK
Zip Code: 74115-1699
Country: US
 
Record
SN01535324-W 20080320/080318224557 (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.