Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2008 FBO #2466
SOLICITATION NOTICE

38 -- Tymco Sweepers

Notice Date
8/25/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333319 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 316th CONS, 1535 Command Drive, Andrews AFB, Maryland, 20762-6500
 
ZIP Code
20762-6500
 
Solicitation Number
30455667797208
 
Archive Date
9/10/2008
 
Point of Contact
Adriana E Carmona, Phone: 301-981-3395, Shayla Canty ,, Fax: 301-981-1910
 
E-Mail Address
Adriana.Carmona@andrews.af.mil, shayla.canty@us.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Tymco Sweepers Body of Synopsis/Solicitation to be entered. 1. Tymco Sweepers needed for Andrews Air Force Base. Request for Quotation (RFQ) Tymco Sweepers due 26 August 2008, 8:00 am Eastern Standard Time (EST). Point of Contact: A1C Adriana Carmona, 301-981-3395, Contract Specialist; Lt Shayla Canty, 301-981-2357, Contracting Officer. 2. This RFQ has been set aside 100% to small business; all responsible sources may submit a proposal (see Numbered Note 1). 3. 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. 4. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 5. This RFQ document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-15 and Defense Acquisition Circular 20070212. 6. The North American Industry Classification System (NAICS) code is 333319 and the business size standard is 500 employees. 7. FAR 52.216-1 applies. The Government contemplates award of a firm fixed price service contract from this RFQ. 8. Contract Line Item 0001: Quantity/Units-2 EA, Item description: Retro Kit Skimmer hood/cable Line Item 0002 Quantity/Units-2 EA, Item description: Sep door/inlet scroll assy rub Line Item 0003: Quantity/Units-2 EA, Item description: Standard screen weldment-hopper Line Item 0004 Quantity/Units-2 EA, Item description: Screen support central Line Item 0005: Quantity/Units-2 EA, Item description: Coated B.W. Assy 600 Line Item 0006 Quantity/Units-2 EA, Item description: Wear Liner 600 Line Item 0007: Quantity/Units-2 EA, Item description: Liner-separator Line Item 0008 Quantity/Units-1 EA, Item description: Freight 9. Contact the POC stated herein for a proposed pricing schedule. In the event unit price(s) and extended price(s) are ambiguous, the Government shall use the indicated unit price(s) for evaluation and award purposes. 10. Period of Performance: The delivery date shall be no later than September 3, 2008. 11. Provisions with addendum. (A) The provision at FAR 52.212-1, Instructions to Offerors – Commercial Items applies. Addendum to Paragraph (c) Period for acceptance of offers – delete entire paragraph. Substitute “The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers,” Paragraph (b)(10) – Delete entire paragraph. Substitute “Past Performance will not be evaluated.” Paragraph (d), Product Sample –delete entire paragraph. Paragraph (e), Multiple offers – delete entire paragraph. Substitute “Offerors shall submit one offer satisfying the requirements of this solicitation. Paragraph (h), Multiple Offers – delete entire paragraph. Substitute “Single Award. The Government plans to award to a single contract resulting from this solicitation.” (B) The provision at FAR 52.212-2, Evaluation – Commercial Item applies. Addendum paragraph (a), The Government intends to make a single purchase request to the responsible contractor whose proposal who can fulfill the entire required delivery requirement, in full compliance to all other requirements set forth in the solicitation, who offers the lowest price and delivery by September 3, 2008. The Government reserves the right to judge which proposals show the required capability and the right to eliminate from further consideration those proposals which are considered unacceptable and not capable of being made acceptable without major rewrite or revision. (C) The provision at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders – Commercial Items applies. Addendum to Paragraph (b), The following FAR clauses are incorporated by reference: FAR 52.219-6, Notice of Total Small business Set-Aside; 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; FAR52.222-50, Combating Trafficking in Persons; FAR 52.225-13; Restrictions on Certain Foreign Purchases. (D) The provision at FAR 52.215-5, Facsimile Proposals applies. Addendum to Paragraph (c), the fax number is 301-981-1910. (E) The provision at DFARS 252.212-7001 applies. Addendum to Paragraph (a). The following DFARS clause is incorporated by reference: 252.225-7001, Buy American Act and Balance of Payments. 12. Offerors are required to complete and include a copy of the following provisions with their proposals (copies may be obtained from the POC stated herein): FAR 52.212-3, Offeror Representations and Certifications – Commercials Items; DFARS 252.212-7000, Offeror Representations and Certifications – Commercials Items; DFARS 252.225-7000, Buy American Act - Balance of Payments Program Certificate. 13. The following DFARS clauses and provisions apply: 252-232-7010; Levies on Contract Payments; 252.204-7001, Commercial and Government Entity (CAGE) Code Reporting. All prospective offerors must have a current registration in the Central Contractor Registration (CCR) to be considered for award. The Internet address for CCR is www.ccr.gov. This notice does not obligate the Government to award a contract, it does not restrict the Government’s ultimate approach not does it obligate the Government to pay for quotation preparation cost. 15. Quotes must be received no later than 8:00 am EST, 26 August 2008. Facsimile quotes will be accepted at 301-981-1910 or email adriana.carmona@afncr.af.mi
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4259d4a994b810546534030aa134365c&tab=core&_cview=1)
 
Place of Performance
Address: 316th Transportation Squadron, Building 3320 Pennsylvania Avenue, Andrews Air Force Base, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN01650653-W 20080827/080825223029-4259d4a994b810546534030aa134365c (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.