Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2008 FBO #2463
DOCUMENT

61 -- Power Plant Generators - Statement of Specifications (SOS)

Notice Date
8/22/2008
 
Notice Type
Statement of Specifications (SOS)
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 50 CONTRACTING SQUADRON, 210 Falcon Parkway STE 2116, Schriever AFB, Colorado, 80912-2116, United States
 
ZIP Code
80912-2116
 
Solicitation Number
FA2550-08-R-1006
 
Archive Date
9/30/2008
 
Point of Contact
Nicola Natale,, Phone: 719-567-5732, Robert F Heinrich,, Phone: 719-567-3442
 
E-Mail Address
nicola.natale@schriever.af.mil, robert.heinrich@schriever.af.mil
 
Small Business Set-Aside
N/A
 
Description
General Information Document Type: Combined Synopsis / Solicitation Solicitation Number: FA2550-08-R-1006 (Purchase: Main Plant Emergency Base Generators, 3 Each) Classification Code: 33 Motor & Generator Manufacturing NAICS Code: 335312 - Motor and Generator Manufacturing Contracting Office Address Department of the Air Force, Air Force Space Command, 50th Contracting Squadron, Base Infrastructure Flight, 210 Falcon Parkway, Suite 2116, Schriever AFB, CO 80912-2116, UNITED STATES Description: (i) 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 announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a Request for Proposal (RFP) against solicitation number FA2550-08-R-1006 for a commercial items acquisition for emergency electrical generator. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26 effective July 27, 2008. (iv) The North American Industrial Classification System (NAICS) number is 335312 - Motor and Generator Manufacturing. The Size Standard for this proposed acquisition is 1000 employees. This proposed acquisition is not set-aside for small business concerns. (v) The proposed acquisition consists of the following Contract Line Items Numbers (CLINs): Contract Line Item (CLIN) 0001: Manufacture and Deliver Power Plant Emergency Generators in accordance with the Attached Statement of Specifications (SOS) dated 14 Aug 08; QUANTITY UNIT OF MEASURE UNIT PRICE TOTAL AMOUNT Three (3) Each $ _______________ $ _______________ NOTE: Proposed prices must be delivered (FOB-Destination) prices. (vi) Description of requirements for the items to be acquired. Statement of Specifications (SOS), dated 25 July 2008, for the item listed above is attached. (vii) Delivery is required not later than 30 September 2009. FOB Point is Destination: 50th Civil Engineering Squadron (50th CES), Building 600, Schriever Air Force Base Colorado 80912. (viii) Provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this solicitation. (ix)Provision at 52.212-2, Evaluation - Commercial Items. The specific evaluation criteria included in paragraph (a) of this provision are as follows: (i) technical capability of the item offered to meet the Government requirement; (ii) price; (iii) delivery schedule. Technical capability and delivery schedule, when combined, are approximately equal to price. (x) FAR 52.212-3 Offeror Representations and Certifications - Commercial Items must be completed and provided with this offer or available to the Contracting Office on Online Representations & Certifications Application at https://orca.bpn.gov/. (xi) Clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) FAR 52.212-5 (DEVIATION) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The following sub-clauses apply: 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. (xiii) Contract financing arrangements will not apply to this requirement. The following additional FAR, DFARS & AFFARS provisions/clauses apply to this acquisition (NOTE: full text is available at http://farsite.hill.af.mil): (1) FAR 52.203-3 Gratuities (2) FAR 52.204-4 Printed or Copied on Double-Sided on Recycled Paper (3) FAR 52.204-7 Central Contractor Registration (4) FAR 52.204-9 Personal Identity Verification of Contractor Personnel (5) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (6) FAR 52.252-2 Clauses Incorporated by Reference (7) DFARS 252.204-7004 Alt A Central Contractor Registration (8) DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items (9) DFARS 252.212-7001 (DEVIATION) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The Following Sub-clauses apply: 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7012 Preference for Certain Domestic Commodities; 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings; 252.225-7021, Trade Agreements; 252.225-7036 Alt 1, Buy American Act--Free Trade Agreements--Balance of Payments Program; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.243-7002 Requests for Equitable Adjustment. (10) AFFARS 5352.201-9101 Ombudsman (AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen - AFSPC/A7K Headquarters Air Force Space Command A7K 150 Vandenberg Street / Suite 1105 Peterson AFB CO, 80914-4230 Phone #: (719) 554-5250 Fax #: (719) 554-5299 E-mail: a7k.wf@afspc.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (11) AFFARS 5352.242-9000 Contractor access to Air Force installations (AUG 2007) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, and valid vehicle insurance certificate, to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (xiv) Defense Priorities and Allocations System (DPAS) and assigned rating will not apply. (xv) Not appliciable. (xvi) Date, time and place offers are due: Proposals must be received NO LATER THAN 3:00 p.m., 5 SEPTEMBER 2008 (Mountain Daylight Time (MDT), 50th Contracting Squadron/LGCA, Attn: Nicola Natale, 210 Falcon Parkway, STE 2116, Schriever AFB, CO 80912-2116. Proposals can be e-mailed to nicola.natale@schriever.af.mil; AND/OR faxed to 719-567-3438, Attn: Nicola Natale; AND/OR mailed. To ensure your proposal is received, you are encouraged to contact the POC with notification of which method your proposal was submitted. Proposals received after this date and time will be considered late in accordance with 52.212-1(f), Late Submission, Modifications, Revisions, and Withdrawal of Offers and will not be evaluated. Proposals SHALL remain valid until 2400 hours 30 Sep 2008. (xvii) Individuals to contact for information regarding this solicitation: Nicola Natale, Contracting Officer Phone #: 719-567-5732 Fax #: 719-567-3438 Email: nicola.natale@schriever.af.mil Robert Heinrich, Contracting Officer Phone #: 719-567-3442 Fax #: 719-567-3438 Email: robert.heinrich@schriever.af.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1e89e5627634447d9fc5e80ce68261b1&tab=core&_cview=1)
 
Document(s)
Statement of Specifications (SOS)
 
File Name: Generator Statement of Specifications (25 Jul 08) (Generators - Statement of Specifications (25 Jul 08).pdf)
Link: https://www.fbo.gov//utils/view?id=4e2b784c123e16b57ccd5aa9265fb06f
Bytes: 105.24 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: Schriever AFB, Colorado, Postal Code: 80912, Country: UNITED STATES, Colorado Springs, Colorado, 80912, United States
Zip Code: 80912
 
Record
SN01649043-W 20080824/080822223417-1e89e5627634447d9fc5e80ce68261b1 (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.