Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2008 FBO #2439
SOLICITATION NOTICE

73 -- Food Merchandiser

Notice Date
7/29/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423440 — Other Commercial Equipment Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Combat Command, 366 CONS, 366 Gunfighter Ave Ste 498, Mountain Home AFB, Idaho, 83648-5258
 
ZIP Code
83648-5258
 
Solicitation Number
F3F3JD8170A001
 
Archive Date
8/30/2008
 
Point of Contact
Zachery W. Ray, Phone: 2088283120
 
E-Mail Address
zachery-aaron.ray@mountainhome.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS / SOLICITATION (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) F3F3JD8170A001 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. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26 and through Department of Defense Acquisition Regulation Change Notice 20080612. It is the contractor's 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 UNRESTRICTED. North American Industrial Classification Standard: 517911; Small Business Size Standard: 1,500 (v) CLIN (0001) Island Salad, Soup, and Hot Food Merchandiser (salad bar with hot food options): Remote refrigeration unit, minimum 18 refrigerated 12" x 20" pan openings, minimum 8 hot 12"x 20" pan openings, minimum 2 soup warming wells, around 695 220V remote single phase electric draws, around 881 electric draws (220V single phase) for the self-contained refrigeration system. 14 gauge stainless steel construction. Self contained refrigeration. Stainless steel tubular tray slide. Retractable hose reel for incoming water. Export crating. QTY: 1 each. (vi) ***This requirement is currently UNFUNDED.*** The government does not presently intend to award a contract, but does want to obtain information in the event that funding is obtained. The government may or may not award a contract for some or all of the items in this request. The purpose of this sources sought notice is to identify the availability of qualified sources. The anticipated contract type will be firm fixed price. If your company is able to provide item(s) requested and are interested in this acquisition please submit the following: 1. Point of contact, including a phone number, physical and e-mail address 2. Size status and or SBA certification program of your company. 3. Cage Code for your company. 4. An estimated cost for item(s) requested that includes FOB shipping terms, and an estimated delivery date. ***FYI...366th Contracting Office will most likely be awarding contracts up until midnight on 30 September 07, for Fiscal Year End. Please inform us if your company, or a company representative, will be available to obtain firm quotes on that day.*** (vii) FOB-Destination for delivery to: 366 SVS/SVMF Mountain Home AFB, ID, 83648. Delivery NLT 30 Days ARO. 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) (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 date, and technical capability. (ix) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-4 addendum is also included. (x) The following provisions and clauses apply to this acquisition FAR 52.204-7 Central Contractor Registration; FAR 52.222-3 Convict Labor; 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 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer-Central; Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.247-34; F.O.B.-Destination; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.252-6 Authorized Deviations in Clauses; DFARS 252.204-7004 Alternate A; DFARS 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.225-7002 Quailifying Country Sources as Subcontractors; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.247-7023 Transportation of Supplies by Sea, and AFFARS 5352.201-9101 Ombudsmen (see below POC) **Raymond Carpenter, HQ ACC/A7K 129 Andrews Street Suite 122, Langley AFB VA 23665-2791, phone:(757) 764-5371 fax:(757) 764-4400 email: raymond.carpenter@langley.af.mil ** (xi) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item (DEVIATION). (xii) 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 (DEVIATION). (xiii) Quotes must be emailed to Zachery Ray, zacher-aaron.ray@mountainhome.af.mil, or faxed to (208) 828-2658 Quotes are required to be received no later than 14:00 MST, 8/15/08.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1d6aedcf2fcea763695853adef1f5ee8&tab=core&_cview=1)
 
Place of Performance
Address: 366 SVS/SVMF, Mountain Home AFB, Idaho, 83648, United States
Zip Code: 83648
 
Record
SN01625695-W 20080731/080729224756-1d6aedcf2fcea763695853adef1f5ee8 (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.