Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2008 FBO #2468
DOCUMENT

38 -- Purchase of Allen Paver Model #255CD with Accessories - Brand Name Justification

Notice Date
8/27/2008
 
Notice Type
Brand Name Justification
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 341 CONS, 7015 Goddard Drive, Malmstrom AFB, Montana, 59402, United States
 
ZIP Code
59402
 
Solicitation Number
FE4626-RHSPAVER
 
Archive Date
9/20/2008
 
Point of Contact
Richard J. Cavuto,, Phone: (406) 731-4555, John R Sidor,, Phone: 406-731-4554
 
E-Mail Address
richard.cavuto@us.af.mil, john.sidor@malmstrom.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION ALLEN CONCRETE PAVER (i) This is a combined synopsis/solicitation for a commercial item 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. The provision at FAR 52.211-6, Brand Name or Equal applies to this requirement. (ii) This combined synopsis/solicitation is issued as a request for quote (RFQ). Submit written quotes (oral quotes will not be accepted) on RFQ reference number FE4626-RHSPAVER. (iii ) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. (iv) This solicitation is 100% set-aside for Small Business. The North American Industry Classification System (NAICS) code is 333120 with a small business size standard of 750 employees. (v) This combined synopsis/solicitation is for the purchase and delivery of 1 each Allen Concrete Paver Model #255CD with accessories for the 819th Red Horse Squadron. (vi) A detailed description for the paver and required accessories is listed below: ALLEN CONCRETE PAVER 1 each: Model #255CD (24') Triple Roller Tube Paver for up to 22' pours. Complete with: 44hp Kubota liquid-cooled diesel engine, Steering leg, Hydraulic water spray system, Vertically adjustable front tube, Sectionalized overhead frame, and 10" Diameter tubes and drive tube scrapers. ACCESSORIES FOR MODEL 255CD TRIPLE ROLLER TUBE PAVER 1ea Front Walker 1ea Rear Walker 1ea Counter Balance Tube 9ea 24' Replacement Tubes 1ea Full Width "Gang Vibration" System. System consist of: •· 11 each Pendulus Vibrators - VWU 60 (2 3/8") Vibrator. Vibrators will be 12" from side forms and spaced 24" C to C liquid cooled Kubota diesel power. 1ea Triple Tube Trailer ( Must Be Fully DOT Compliant ). Trailer Specifications are as follows: •· 30' Deck, 12" Wide Flange Beams, 3" Channel Cross Members and 5" x 2" x ¼" •· Angle Sides to hold ramps for loading from either side, 3 each Loading ramps •· 2 each 7,000lbs Electric Torsion Axles •· 10 Ply Steel Radio Tires •· 10,000lbs Jack •· Sealed Lights •· Breakaway Kit (vii) Delivery date and place of delivery is listed below: State your projected delivery/completion date as number of days after receipt of order FOB: DESTINATION Delivery location is: FE4626 BASE SUPPLY WILLIE REESE 5 80TH STREET NORTH MALMSTROM AFB, MT 59402-6863 (viii) The provisions of FAR 52.212-1, Instruction to Offers -Commercial, apply to this acquisition and are incorporated by reference. (ix) The provisions of FAR 52.212-2 Evaluation - Commercial Items, apply to this acquisition and are incorporated by reference. Award will be made to the offer that is the Lowest Price Technically acceptable. (x) The provisions of FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, apply to this acquisition and are incorporated by reference. The firm or individual to be awarded the contract will be sent an electronic copy of FAR 52.213-3, and they must complete and return it before the award can be made. The firm or individual may submit a completed copy of this provision, or include a completed copy of the Online Representations and Certifications Application (ORCA) at http://ocra.bpn.gov along with their quote. (xi) The following clauses apply to this solicitation and are incorporated by reference. FAR 52.204-7 Central Contractor Registration (Oct 2003) 52.212-4 Contract Terms and Conditions-Commercial Items (Sep 2005) 52.219-6 Notice of Total Small Business Set-Aside (June 2003) 52.222-3 Convict Labor (June 2003) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006) 52.232-1 Payments (Apr 1984) 52.233-3 Protest After Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) DFAR 252.204-7004 Central Contractor Registration (52.2047)(Nov 2003) Alternate A (Nov 2003) 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials (Apr 1993) 252.225-7000 Buy American Act-Balance of Payments Program Certificate(June 2005) 252.225-7001 Buy American Act and Balance of Payments Program(June 2005) 252.232-7010 Levies on Contract Payments (Sep 2005) (xii) The following clauses apply to this solicitation and are included in full text. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Apr 2006) (DEVIATION ) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause. (i) 52.219-8, Utilization of Small Business Concerns (May 2004)(15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998)(29 U.S.C. 793). (v) 52.222-39, Notification of Employee rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965, as Amended (Jul 2005), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.) (vii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006)(46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64, (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil http://ww.arnet.gov/far/ http://www.acq.osd.mil/dp/dars/dfars/html http://www.wdol.gov/ (End of clause) DFARS 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JAN 2007) (DEVIATION) (a) In addition to the clauses listed in paragraph (b) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5 (JUN 2006) (DEVIATION), the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.225-7014 Preference for Domestic Specialty Metals, Alternate I (APR 2003) (10 U.S.C. 2533a). 252.237-7019 Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Pub. L. 108-375). 252.247-7023 Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631) 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631) (End of clause) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (JAN 2004) (a) Definitions. As used in this clause-- (1) Contract financing payment and invoice payment have the meanings given in section 32.001 of the Federal Acquisition Regulation. (2) Electronic form means any automated system that transmits information electronically from the initiating system to all affected systems. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. However, scanned documents are acceptable when they are part of a submission of a payment request made using one of the electronic forms provided for in paragraph (b) of this clause. (3) Payment request means any request for contract financing payment or invoice payment submitted by the Contractor under this contract. (b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests using one of the following electronic forms: (1) Wide Area WorkFlow-Receipt and Acceptance (WAWF-RA). Information regarding WAWF-RA is available on the Internet at https://wawf.eb.mil. (2) Web Invoicing System (WInS). Information regarding WInS is available on the Internet at https://ecweb.dfas.mil. (3) American National Standards Institute (ANSI) X.12 electronic data interchange (EDI) formats. (i) Information regarding EDI formats is available on the Internet at http://www.X12.org. (ii) EDI implementation guides are available on the Internet at http://www.dfas.mil/ecedi. (4) Another electronic form authorized by the Contracting Officer. (c) If the Contractor is unable to submit a payment request in electronic form, or DoD is unable to receive a payment request in electronic form, the Contractor shall submit the payment request using a method mutually agreed to by the Contractor, the Contracting Officer, the contract administration office, and the payment office. (d) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payments requests. (End of clause) 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, A7K, 150 Vandenberg St, Ste 1105, Peterson AFB, CO 80914-4350, 719-554-5250, fax 719-554-5299, 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), SAF/AQC, 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. (End of clause) (xiii) In accordance with DFARS 252.232-7003, electronic invoicing is now required. You will need the following information in order to complete your invoice: Paying Office DODAAC: F03000 Issuing Office DODAAC: FA4626 Inspector's BPN: F2WTB1 Email addresses: Resource Advisor: frank.torres@malmstrom.af.mil Contracting Officer: john.sidor@malmstrom.af.mil Contract Administrator: richard.cavuto@malmstrom.af.mil FSC: 3895 (xiv) Quotes are required to be received no later than 4:00 PM MST, September 5, 2008. All quotes must be faxed to (406) 731-4005 to the attention of Richard Cavuto or emailed to richard.cavuto@malmstrom.af.mil. Please follow up with a phone call to ensure the fax/email has been received. (xv) Direct any questions to Richard Cavuto (406) 731-4555, e-mail address richard.cavuto@malmstrom.af.mil ; or John R. Sidor at (406) 731-4554, e-mail address john.sidor@malmstrom.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a81d18736b272832a5dded4b50441282&tab=core&_cview=1)
 
Document(s)
Brand Name Justification
 
File Name: Brand Name Justification Letter (Brand Name Justification.pdf)
Link: https://www.fbo.gov//utils/view?id=7ead9258d6a02d75d450c9782d097a56
Bytes: 104.61 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: FE4626 BASE SUPPLY, WILLIE REESE, 5 80TH STREET NORTH, MALMSTROM AFB, MT 59402-6863, MALMSTROM AFB, Montana, 59402-6863, United States
Zip Code: 59402-6863
 
Record
SN01652339-W 20080829/080827220530-a81d18736b272832a5dded4b50441282 (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.