Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 25, 2008 FBO #2586
SPECIAL NOTICE

J -- MROD Service contract

Notice Date
12/23/2008
 
Notice Type
Special Notice
 
NAICS
333319 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
F1M1G88296AQ03
 
Archive Date
1/14/2009
 
Point of Contact
Jonathan T. Bell,, Phone: 8439635162, Jacqueline Brown,, Phone: (843) 963-5857
 
E-Mail Address
jonathan.bell-02@charleston.af.mil, jacqueline.brown@charleston.af.mil
 
Small Business Set-Aside
N/A
 
Description
NOTICE OF INTENT TO AWARD SOLE SOURCE THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. This is a notice of intent to award a sole source contract under statutory authority 10 USC 2304(c) (1), set forth in Federal Acquisition Regulation 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. The Reference Number F1M1G88296AQ03. The 437th Contracting Squadron, 101 E. Hill Blvd., Charleston AFB SC, requires repair and parts on a Manual Reverse Osmosis Desalinators(52 each) The 437th Contracting Squadron intends to make an award to KATADYN NORTH AMERICA, MN 55427-3629. Market research was performed and information gathered in determining this company to be the only source for this requirement. Per FAR Part 5.207-13(e) Fed Biz Ops Numbered Note 22 applies and is modified to read: The proposed contract action is for services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested parties may identify their interest and capability to response to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received by the appointed due date will be considered by the Government. A determination by the Government not to compete with this proposal based upon responses 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. The justification for the sole source requirements as follows: KATADYN NORTH AMERICA, is the only company that can perform repairs on MROD equipment (NSN 4610-01-313-6086 MROD 35 LA1. The service includes: Salt water flush and pressure test; fresh water flush and biocide dip, repair internal leaks and replace seals. Rebuild pump as needed. Rebuild internal leaks and replace seals. Replace membrane as needed, install new hoses and and clean unit as needed. Visually inspect, repackage, and provide return transportations. Units are restore to meet original specifications. Service repairs (quantity 52 each) and commence on 01 January 2009 through 30 September 2009. If the equipment was to breakdown and they were not at our disposal, it would adversely affect the misson. Award shall be made in the aggregate all or none. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors-Commercial Items. FAR 52.203-3 Gratuities. FAR52.203-6 Alt I Restrictions on Subcontractor Sales to the Government Alt I. FAR 52.204-4 Printed Copied Double-Sided or Recycled paper. FAR 52.204-7 Central contractor Registration. FAR 52.219-8 Utilization of Small Business Concerns. FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 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 52.222-35Equal Opportunity for Disabled Veterans. Veterans of the Vietnam Era, or Other Eligible Veterans. FAR 52.222-36 Affirmative Action for Workers with disabilities. FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans-. FAR52.222-50 Combating Trafficking in Persons. FAR 52.222-.33 payment by Electronic Funds Transfer - Central Contractor Registration. FAR 52.233-3 Protest After Award. FAR 52.253-1 Computer Generated Forms. FAR 52.233-4 Applicable law for Breach of Contracts. FAR 52.242-13 Bankruptcy. DFARS 252.204-7004 Alt A Required Central Contractor Registration Alternate A. DFARS 252.212-7001 Disclosure of Ownership or Controlled by the Government of a Terrorist Country. DFARS 252.209-7004 Subcontracting with Ownership or Controlled by the Government of a Terrorist Country. DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items. DFARS 252.225-7001 Buy American Act or Balance of Payments Program. DFARS 252.225-7002 Qualifying country sources as Subcontractors. DFARS 252.225-7012 Preference for Certain Domestic Commodities. DFARS 252.232-7003 Electronic Submission of Payments Requests and Receiving Reports. DFARS 252.243-7002 Request for Equitable Adjustments, DFARS 252.247-7023 Alt III Transportation of Supplies by Sea, Alternate III. FAR 52.219-28 Post Award small business Program Representation. FAR 52.252-2 Clauses Incorporated by reference. With the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil. FAR 52.252-6 with the following fill in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. DFARS 252.212-7001 (Dev) Contract Terms and Conditions Deviation. AFFARS 5352.223-9000 Elimination of use of Class Ozone Depleting Substances. AFFARS 5352.201-9101 Ombudsman. Clauses may e accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gove, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Onl8ine Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Response to this notice must be received via email, fax, mail, or delivery by 30 December 2008 no later than 12:00 PM Eastern Standard Time. Requests should be marked with Reference Number F1M1G88296AQ03. Address questions to SrA Jonathan T. Bell, Contract Specialist, at (843) 963-5162, fax (843) 963-5183, email: Jonathan.Bell-02@charleston.af.mil or Jacqueline Brown Contracting Officer, Phone (843) 963-5857, email jacqueline.brown@charleston.af.mil. For more opportunities, visit http://www.selltoairforce.org, and http://www.sba.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=52b8b38b613f3d9e2e215118fc933ece&tab=core&_cview=1)
 
Place of Performance
Address: Charleston AFB, Charleston AFB, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN01723950-W 20081225/081223220443-52b8b38b613f3d9e2e215118fc933ece (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.