Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 29, 2009 FBO #2621
SOLICITATION NOTICE

62 -- Light Towers

Notice Date
1/27/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335129 — Other Lighting Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 MSG/LGC, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315
 
ZIP Code
80840-2315
 
Solicitation Number
FA7000-09-T-0027
 
Response Due
2/4/2009
 
Archive Date
2/19/2009
 
Point of Contact
Will Schlegel,, Phone: 719-333-3629
 
E-Mail Address
will.schlegel@usafa.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items or services 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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number FA7000-09-T-0027, in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) FAC 2005-28 effective December 12, 2008. The North American Industrial Classification System (NAICS) number is 335129 and the business size standard is 500 employees. The proposed acquisition is a 100% small business set-aside and BRAND NAME OR EQUAL SPECIFICATION for Wacker Light Towers, model # LTN6L-P. All responsible sources may submit a response, which if timely received, will be considered by 10 LGCB. To be considered a Small Business you must be the small business manufacturer of the end item or be selling an item manufactured by a small business. The Government does not intend to pay for any information provided under this synopsis. This Notice of Proposed Contract Action is the only solicitation submitted for this requirement. No formal solicitation will be issued prior to award. CLIN 0001 Wacker Light Towers Model LTN6L-P or equal Quantity 16 Each Unit cost______ Extended Cost_________ a. A lockable, weather protected, powder-coated steel enclosure. b. Electric cold weather starting aid. c. Electric winch. d. Sound level 69db or less at 23 feet. e. Coverage 5-7 acres (acres at.5 candles). f. Must run 3 nights on one tank of fuel. g. Tower height 30 feet. h. Fully equipped highway-ready trailer with pintle hitch, 13 inch tires, DOT lighting, Vin number, and chains. Please submit your quote on company letterhead with all pertinent point of contact information including CCR Cage Code, DUNS No., Tax Id No., and size/type of small business. Evaluation will be based on lowest price meeting the salient characteristics. For or equal submittals provide data in accordance with FAR 52.211-6, clearly showing compliance with the required minimum specifications identified above. Cleary identify the Or-Equal item by Brand Name if any, make or model number, and provide any available technical descriptive literature, illustrations, drawings and technical data etc for evaluation purposes showing compliance with the salient item description above. Data will be rated pass/fail. Failure to provide this data will cause the submittal to be unacceptable. In addition, your quote should provide unit price, total price, delivery date, and FOB Destination. If your company has a GSA contract, please provide the GSA Contract No. as well. Offeror must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items (Nov 2007), addenda applies FAR 52.212-1(c) to change the period for acceptance of offers from 30 days to 60 days. This is a competitive acquisition in accordance with Part 12 and 13. The evaluation process shall proceed as follows: a. Initially offers that pass by meeting the salient characteristics shall be ranked according to price. An offeror's proposed prices will be determined by multiplying the quantities identified in the Pricing Schedule by the unit price for each item to confirm the extended amount. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items (JUN 2008), with its offer. The clause 52.212-4, Contract Terms and Conditions--Commercial Items (OCT 2008), applies to this acquisition. The clause at 52.212-5 (Dev), Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items (DEC 2008) applies to this acquisition, no addenda applies. In addition, the following FAR and DFAR clauses are hereby incorporated by reference: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006); FAR 52.211-6 Brand Name or Equal (Aug 1999); FAR52.219-28, Post-Award Small Business Program Representation (JUN 2007); FAR 52.222-3 Convict Labor (Jun 2003); FAR 52.222-19 Child Labor (Aug 2007); Far 52.222-21 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity (Mar 2007); FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (Sep 2006); FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (Sep 2006); FAR 52.222-50, Combating Trafficking in Persons (Aug 2007); FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); FAR 52.233-3 Protest After Award (Aug 1996); FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004); FAR 52.252-2 Clauses Incorporated By Reference (Feb 1998); FAR52.252-6 Authorized Deviations in Clauses (Apr 1984);DFARS 252.212-7000, Offeror representations and certifications-Commercial items (Jun 2005); 252.212-7001, Contract terms and conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items(DEV) (Sep 2008); applies to this acquisition with the inclusion of the following: FAR 52.203-3 Gratuities (Apr 1984); DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate (Jun 2005). The contractor shall complete the necessary fill-in at DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate and return with their quotation; DFARS 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005); DFARS 252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payment Program (Mar 2007); and DFARS 252.232-7003 Electronic Submission of Payment Requests (Mar 2007); AFFARS 5352.201-9101, Ombudsman, (Aug 2005); 5352.242-9000, Contractor Access to Air Force Installations (Aug 2007)(USAFA Supplemented Jul 2008). WAWF Invoicing (APR 2008) Addendum -USAF Academy Invoicing Instructions. The following is included by Addendum: Addendum to Local Invoicing Instructions. The full text of any provision can be accessed electronically at http://farsite.af.mil. USAFA provisions or clauses may be obtained by contacting Will Schlegel, at (719) 333-3629. Delivery Requirement: FOB for this RFQ is Destination. Quotations received with FOB other than Destination will not be considered. Delivery address: Transportation Officer 8110 Security Drive, Door 11/12/13 USAF Academy, CO 80840 Hours of Delivery: Delivery of items shall be accomplished between the hours of 7:30 A.M. and 3:30 P.M., Monday through Friday, except as otherwise specified. No deliveries are to be made on Saturdays, Sundays or Federal Legal holidays. Delivery will be required no later than 60 DAYS ARO. Offers must be received NLT Noon Mountain Time 4 Feb 2009, at 10 LGCB, Operational Contracting Office, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. Offers received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Quotes may be faxed to the attention of Will Schlegel, Contract Specialist, 719-333-9103/4747. Please contact Russell W. Jordan, Contracting Officer, 719-333-6224 in my absence. (End of Text)
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b79664d3be617bd51e7deb22fb73bb0c&tab=core&_cview=1)
 
Place of Performance
Address: USAF Academy, Colorado, 80840, United States
Zip Code: 80840
 
Record
SN01738692-W 20090129/090127215617-b79664d3be617bd51e7deb22fb73bb0c (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.