Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2008 FBO #2404
DOCUMENT

42 -- Spray Gun Cleaner/Workstation - RFQ Reply Sheet

Notice Date
6/24/2008
 
Notice Type
RFQ Reply Sheet
 
NAICS
333298 — All Other Industrial Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
F1M21X8123A002
 
Archive Date
7/22/2008
 
Point of Contact
Jonathan T. Bell,, Phone: 8439635162, Jacqueline Brown,, Phone: (843) 963-5857
 
E-Mail Address
jonathan.bell-02@charleston.af.mil, jacqueline.brown@charleston.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS - SOLICITATION FOR COMMERCIAL ITEMS (IAW FAR 12.603 (c)) Legend: F1M21X8123A002 Spray Gun Cleaner Cleaner Work Station (i) 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 requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1M21X8123A002 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26 effective 12 JUN 08 (iv) This acquisition is 100% set-aside for small businesses. The associated NAICS code is 333298 with an 500 employee size standard. (v) Contractors shall submit a unit price and a total price for each item included on the attached parts list for all items. Line items shall include shipping cost. (CLINS 0001, 1 Becca 30 Spray Gun Cleaner with filtration recycler with BECCA protect film and 10 gal. stainless steel tank and delivery; CLINS 0002, 1 BECCA 80 deluxe cleaner workstation with filtration recycler, workstation cover door, BECCA product film, 10 gal stainless steel tank and a pressure pot and fluid line cleaner.) All responsible sources may submit a quotation/proposal, which shall be considered by the agency. (vi) Delivery for this requirement is F.O.B. destination. Or Equal items will be considered. (vii) 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 this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors-Commercial (viii); FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting form this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government. The following factors shall be used to evaluate offers: 1. Technical capability of the item offered to meet the government requirement. 2. Price- The Government will evaluate offers for award purposes or the total price for the requirement. Technical and price factors when combined, are equal. (ix) Contractors shall include a completed copy of FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. (x) FAR 52.212-4 Contract Terms and Condition-Commercial Items; (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply; FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 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 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. (xii) The following additional clauses are applicable to this procurement. • FAR 52.211-6, Brand Name or Equal • FAR 52.219-6, Notice of Total Small Business Set-Aside • FAR 52.225-13, Restrictions on Certain Foreign Purchases (>$2,500) • Unless exempt pursuant to 23.204, insert the clause at 52.223-15, Energy Efficiency in Energy-Consuming Products, in solicitations and contracts when energy-consuming products listed in the ENERGY STAR® Program or FEMP will be-(a) Delivered;(b) Acquired by the contractor for use in performing services at a Federally-controlled facility;(c) Furnished by the contractor for use by the Government; or (d) Specified in the design of a building or work, or incorporated during its construction, renovation, or maintenance. • DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414). • DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate • DFARS 252-225.7001, BAA - Balance of Payments Program • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors • DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) • DFARS 252.246-7000, Material Inspection And Receiving Report • AFFARS 5352.201-9101, Ombudsman (IAW 5301-9103); complete paragraph c as follows: Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0267, fax (618) 256-6668, e-mail: Michael.jackson@scott.af.mil. (> $25K) (xiii) Defense Prioroties and Allocation System N/A (xiv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 05 JULY 2008 no later than 12:00 PM Eastern Standard Time. Requests should be marked with solicitation number F1M21X8123A002 (xvi) Address questions to Jonathan Bell,Contract Specialist, at (843) 963-5162, fax (843) 963-5183, email jonathan.bell-02@charleston.af.mil or Jacqueline Brown, Contracting Officer, Phone (843) 963-5857, email jacqueline.brown@charleston.af.mil. For more opportunities, visit http://www.selltoairforce.org, and http://www.sba.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d2eb0afa64f6ce774b086bc097cba34d&tab=core&_cview=1)
 
Document(s)
RFQ Reply Sheet
 
File Name: Please print and put all reponses to this solicitation on this sheet of paper. (RFQ .doc)
Link: https://www.fbo.gov//utils/view?id=a7cd54bed4a58fa911def3d9b78f9a24
Bytes: 33.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Charleston AFB, SC 29404, Charleston AFB, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN01600187-W 20080626/080624220722-d2eb0afa64f6ce774b086bc097cba34d (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.