Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2008 FBO #2483
SOLICITATION NOTICE

39 -- Halvorsen 25K Loader Purchase

Notice Date
9/11/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336120 — Heavy Duty Truck Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities, 235 Byron St,, Warner Robins, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
fa851908r26596
 
Response Due
9/26/2008
 
Archive Date
10/11/2008
 
Point of Contact
Melanie G Moreland,, Phone: 478-222-2312, Fran P Botkin,, Phone: (478)222-1270
 
E-Mail Address
melanie.moreland@robins.af.mil, fran.botkin@robins.af.mil
 
Small Business Set-Aside
N/A
 
Description
SOLICITATION: FA8519-08-R-26596 POC: MELANIE MORELAND, CONTRACT SPECIALIST, PHONE: 478-222-2312, FAX 478-222-2323 DESCRIPTION: 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation number is FA8519-08-R-26596 is issued as a request for proposal (RFP) and will result in a Firm Fixed Price IDIQ contract. Anticipated contract period is for twenty-four months to FMC Technologies, Airport Systems, 7300 Presidents Drive, Orlando FL 32809-5620. Statutory Authority: 10 U.S.C. 230(c)(1) as implemented by FAR 6.302-1, Only One Responsible Source, and No Other Supplies or Services Will Satisfy Agency Requirements. The government does not own nor has access to the data associated with this equipment. Award will be made on an all or none basis. Award date is expected to be not later than 30 Oct 08. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-23. The NAICS code is 336120 and the small business size standard is 1000. This requirement is for a quantity of 55 each, Halvorsen loaders, NSN 3930-01-480-9519CT, and production support for 55 each, Halvorsen loaders, and packaging for 55 each, Halvorsen loaders. Contract line items will be as follows: Line item 0001 NSN 3930-01-480-9519CT Halvorsen Loader, quantity 55 each; line item 0002 Halvorsen Loader production support, quantity 55 each; consisting of technical support necessary to produce the Halvorsen loader IAW the Halvorsen Prime Item Development Specification (PIDS), Revision 7, dated 29 Sep 05 and MIL-STD-130L. Contractor must provide manufacturing and engineering support and have a configuration management plan; a corrosion control plan; an acceptance test procedure; ISO 9001 quality system; Line item 0003 Halvorsen Loader packaging, quantity 55 each IAW standard commercial practice; Line item 0004 Data requirements for ECPs, RFDs, Product Status Report, Logistics Management Report, Technical Manual requirements. Standard commercial warranty will be required. Standard industrial safety requirements shall be applicable. Delivery schedule will be NLT 31 Oct 10. FOB point is origin. The following FAR clauses apply to this acquisition: 52.212-1, Instructions to Offerors-Commercial Items; Clause 52.212-4, Contract Terms and Conditions-Commercial Items; Clause 52.212-5, Contract Terms and Conditions Required To Implement Statues or Executive Orders-Commercial Items; 52.203-6 Restrictions on Subcontractor Sales to the Government, Alternate 1 (Oct 95); 52.219-8 Utilization of Small Business Concerns and Small Disadvantaged Business concerns (May 04); 52.219-9 Small Business Subcontracting Plan (Nov 2007)(15 U.S.C. 637(d)(4)); 52.219-28 Post Award Small Business Program Representative (June 2007)(15 U.S.C. 632(a)(2)); 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Aug 2007)(E.O. 13126); 52.222-21 Prohibition of Segregated Facilities (Feb 99); 52.222-26 Equal Opportunity (Mar 2007), 52.222-35 Equal Opportunity for Special Disabled Veterans and Veterans of the Vietnam Era (Seo 2006)(38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (Jun 98), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (Sep 2006); 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004); 52.222-50 Combating Trafficking in Persons (Aug 2007); 52.225-1 Buy American Act-Supplies (June 2003); 52.225-3 Buy American Act Supplies (Jan 06), 52-225-13 Restriction on Certain Foreign Purchases (Feb 2006)and 52.232-33 (Payment By) Electronic Funds Transfer (Central Contractor Registration) (Oct 03); 52.203-3 Gratuities (Apr 1984). The following DFARS clause and provision applies to this solicitation and is incorporated by reference: 252-205-7000 Provision of Information to Cooperative Agreement Holders (Dec 1991); 252.212-7001 Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items (Apr 2007); 252.219-7003 Small Business Subcontracting Plan (Apr 2007); 252-225-7012 Preference for Certain Domestic Commodities (Jan 2007); 252-225-7014 Preference for Domestic Specialty Metals (Jun 2005); 252.225-7021 Trade Agreements (Mar 2007); 252.225-7027 Restriction on Contingent Fees for Foreign Military Sales (Apr 2003); 252.225-7028 Exclusionary Policies and Practices of Foreign Governments (Apr 2003); 252-232-7003 Electronic Submission of Payment Requests (Mar 2007); 252-217-7000 Exercise of option to fulfill FMS commitments; 252-211-7003 Item Identification and Valuation (Jun 2005) Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. DPAS rating is A5. Numbered notes that apply are Note 22. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within ten days after publication of this synopsis will be considered by the government. A determination by the Government not to compete this proposed contract based upon response to this notice is solely within the discretion of the government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. IAW 5.203(b) Responses to this solicitation are due by 1500 hrs (3:00 p.m.) on 26 Sep 08. The proposal shall be signed by an official authorized to bind the company. Offerors shall submit 1 copy of their proposal to Melanie Moreland at WR-ALC/642 CBSG/GBKBA, 460 Richard Ray Blvd Suite 200, Robins AFB GA 31098-1813. or e-mail to melanie.moreland@robins.af.mil. Name and address and telephone number to contact for information regarding this solicitation is-Melanie Moreland, 642 CBSG/GBKBA, 478-222-2312.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a8d8416efc2e5e2ef452c4821103a2a4&tab=core&_cview=1)
 
Record
SN01667945-W 20080913/080911231138-a8d8416efc2e5e2ef452c4821103a2a4 (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.