Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2008 FBO #2476
DOCUMENT

41 -- Vibration Switches for fan driven units on cooling towers at Schriever AFB - F2550-08-T-1011 Attachment A

Notice Date
9/4/2008
 
Notice Type
F2550-08-T-1011 Attachment A
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment 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-T-1011
 
Point of Contact
John S. Shields,, Phone: 7195673452, Robert F Heinrich,, Phone: 719-567-3442
 
E-Mail Address
john.shields02@schriever.af.mil, robert.heinrich@schriever.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This RFQ will be 100% Small Business Set Aside unless no SB quotes are received at which it will be deemed Full and Open. 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 Quote (RFQ) against solicitation number FA2550-08-T-1011 for a commercial items acquisition for Vibration Switches. (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) is: 333415 - Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing (v) The proposed acquisition consists of the following Contract Line Items Numbers (CLINs): Contract Line Item (CLIN) 0001: Vibration Switches for fan drive units on cooling towers, Baltimore Air Coil (BAC) model: 311492 OR EQUAL. See attachment for item specifications. QUANTITY UNIT OF MEASURE UNIT PRICE TOTAL AMOUNT Seven (7) Each $ _______________ $ _______________ NOTE: Proposed prices must be delivered (FOB-Destination) prices. (vi) Description of requirements for the items to be acquired. Specifications diagram for the item listed above is attached. (vii) Delivery is required not later than 15 October 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) Clause at 52.212-5, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JUN 2008) (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 $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (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) (xiii) Clauses Incorporated by Reference 52.204-7 Central Contractor Registration APR 2008 52.204-9 Personal Identity Verification of Contractor Personnel SEP 2007 52.219-6 Notice of Total Small Business Set Aside JUN 2003 52.223-12 Refrigeration Equipment and Air Conditioners MAY 1995 52.232-18 Availability Of Funds APR 1984 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2007 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.243-7001-Pricing of Contracting Modifications DEC 1991 5352.242-9000 Contractor Access to Air Force Installations AUG 2007 (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) Date, time and place offers are due: Quotes must be received NO LATER THAN 13:00 p.m., 15 SEPTEMBER 2008 (Mountain Daylight Time (MDT), 50th Contracting Squadron/LGCA, Attn: John Shields, 210 Falcon Parkway, STE 2116, Schriever AFB, CO 80912-2116. Proposals can be e-mailed to john.shields02@schriever.af.mil; AND/OR faxed to 719-567-3438, Attn: John Shields; AND/OR mailed. To ensure your quote is received, you are encouraged to contact the POC with notification of which method your quote was submitted. Quotes 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. Quotes SHALL remain valid until 2400 hours 30 Sep 2008. (xvi) Individuals to contact for information regarding this solicitation: MSgt John Shields, Contracting Officer, Phone 719-567-3452, Fax 719-5673438, Email john.shields02@schriever.af.mil Robert Heinrich, Contracting Officer, Phone 719-567-3442, Fax 719-567-3809, Email robert.heinrich@schriever.af.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=07a74769b065c2c9dfc98caef65aaba4&tab=core&_cview=1)
 
Document(s)
F2550-08-T-1011 Attachment A
 
File Name: Vibration Switch Specification (FA2550-08-T-1011 Switch Specifications.pdf)
Link: https://www.fbo.gov//utils/view?id=a065daedeb3ff8fe3de65914ed240968
Bytes: 64.85 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: 50 CES, 500 O'MALLEY AVE. STE 19, Schriever AFB, Colorado, 80912, United States
Zip Code: 80912
 
Record
SN01659582-W 20080906/080904221425-07a74769b065c2c9dfc98caef65aaba4 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.