Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 22, 2009 FBO #2704
SOLICITATION NOTICE

J -- Annual Service and Repair for a Maxi Plus 112 N2 Nitrogen Generator - F3B2X29092A001.pdf

Notice Date
4/20/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 48 CONS/LGC - Lakenheath, RAF Lakenheath, Unit 5070 Box 270, RAF Lakenheath, 09461-0270
 
ZIP Code
09461-0270
 
Solicitation Number
F3B2X29092A001
 
Archive Date
5/12/2009
 
Point of Contact
William R Faulkner, Phone: 44 1638 522270
 
E-Mail Address
william.faulkner@lakenheath.af.mil
 
Small Business Set-Aside
N/A
 
Description
F3B2X29092A001 in.pdf format. General Information Document Type: Combined Synopsis/Solicitation Solicitation Number: F3B2X29092A001 Posted Date: Apr 20, 2009 Original Response Date: Apr 27, 2009 Current Response Date: Apr 27, 2009 Original Archive Date: N/A Current Archive Date: N/A Classification Code: J - Maintenance, Repair, and Rebuilding of Equipment Set Aside: N/A Naics Code: 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance Contracting Office Address Department of the Air Force, Air Force United States Air Force Europe, 48 CONS/LGC - Lakenheath, RAF Lakenheath Unit 5070 Box 270, RAF Lakenheath, UK, 09461-0270 Description COMBINED SYNOPSIS/SOLICITATION - One year service contract for a Maxi Plus 112 N2 Generator, S/N 04MP0019 in accordance with attached Statement of Work (SOW). I. 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; quotes are being requested and a written solicitation will not be issued. II. This solicitation is issued as a request for quotation (RFQ) IAW FAR Part 12 and 13. Submit written quotes (to include a price quote for ALL CLINS) on RFQ reference number F3B2X29092A001. III. This solicitation document and incorporated provisions and clauses are those in effect through Fed Acquisition Circular 2005-24. IV. Due to the overseas location of this solicitation, no set-aside will be used. The NAICS code for this requirement is 811310. V. This combined synopsis/solicitation is for the following service: Base Year CLIN 0001 One (1) visit: Annual Diagnostic Check Base Year CLIN 0002 One (1) visit: Annual Servicing Option Year CLIN 1001 One (1) visit: Annual Diagnostic Check Option Year CLIN 1002 One (1) visit: Annual Servicing Option Year CLIN 2001 One (1) visit: Annual Diagnostic Check Option Year CLIN 2002 One (1) visit: Annual Servicing Option Year CLIN 3001 One (1) visit: Annual Diagnostic Check Option Year CLIN 3002 One (1) visit: Annual Servicing Option Year CLIN 4001 One (1) visit: Annual Diagnostic Check Option Year CLIN 4002 One (1) visit: Annual Servicing *All work must be performed in accordance with the attached Statement of Work (SOW)* VI. Delivery FOB Destination to: 100 AMXS - F3B2M1 JOANNE BELL BUILDING 814, ROOM 3 RAF MILDENHALL SUFFOLK IP28 8NG UNITED KINGDOM VIII. FAR 52.212-1, Instructions to Offerors - Commercial Items (Jun 2008), and its addenda as it applies to this acquisition. Please see the addenda below. IX. FAR 52.212-2, Evaluation -- Commercial Items (Jan 1999), does not apply to this acquisition. Evaluation will be conducted IAW FAR 52.212-1 (g). X. The offeror must have completed the Online Representations and Certifications Application (ORCA) which is the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Jun 2008). The web site address is https://orca.bpn.gov/ XI. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 2008), applies to this acquisition. XII. FAR 52.212-5 (Dev), Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Oct 2008) (Deviation). XIII. The following clauses are also applicable to this acquisition: FAR 52.204-7, Central Contractor Registration; FAR 52.232-33, Payment by Electronic Funds Transfer (EFT) - CCR; DFARS 252.204-7004 Alt A, Required Central Contractor Registration; DFARS 252.212-7001 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation); DFARS 252.225-7042, Authorization to Perform; DFARS 252.229-7000, Invoices Exclusive of Taxes or Duties; DFARS 252.229-7006, Value Added Tax Exclusion (United Kingdom); DFARS 252.229-7008, Relief from Import Duty (United Kingdom); DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.233-7001, Choice of Law (Overseas) FAR 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 5 days before the expiration of the contract. (End of clause) FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 15 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years, 6 months. (End of clause) XIV. The Defense Priorities and Allocation System (DPAS) assigned rating is: none. XV. N/A XVI. Quotes are required to be received no later than 12:00 pm EST, Eastern Standard or 5:00 pm GMT, Greenwich Mean Time, Monday, April 27, 2009, and must include the following: Company name; address; phone numbers; DUNS number; CAGE code; itemized quote; technical specifications; statement that ORCA has been completed (see paragraph X above). If there are any questions on the requirements feel free to contact me at (011) (44) 1638 522354. Quotes shall be delivered via email to william.faulkner@lakenheath.af.mil XVII. Please direct any questions regarding this solicitation to William Faulkner at william.faulkner@lakenheath.af.mil. Point of Contact William Faulkner, Contract Specialist, Phone (011) (44) 1638 522354, Email william.faulkner@lakenheath.af.mil - Rajendra Panchal, Contracting Officer, Phone (011) (44) 1638 521164, Email rajendra.panchal@lakenheath.af.mil. Place of Performance Address: 100 AMXS - F3B2M1 JOANNE BELL BUILDING 814, ROOM 3 RAF MILDENHALL SUFFOLK Postal Code: IP28 8NG Country: UNITED KINGDOM Addenda to 52.212-1 Addenda As prescribed in 12.302(d) the following addenda is provided for solicitation provision FAR 52.212-1 and hereby amends any language therein: Instructions to Vendors -- Commercial Items (JUN 2008) *the term "solicitation" hereby references this combined synopsis solicitation* (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of quotations. Submit quotations to the office specified in this solicitation on or before the date specified in this solicitation. Quotations may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show -- (1) The solicitation number; (2) The date specified in the solicitation for receipt of quotations; (3) The name, address, and telephone number of the vendor; (4) A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (11) If the quotation is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Vendors that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for validity of quotations. The vendor agrees to establish a firm timeframe in which the proposed price is good for. (d) Reserved (e) Multiple quotations. Vendors are encouraged to submit multiple quotations presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each quotation submitted will be evaluated separately. (f) Reserved (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate quotations as described in FAR 13.106-2. Therefore, the vendor's initial quote should contain the vendor's best terms from a price and technical standpoint. The Government may accept other than the lowest quote; and waive informalities and minor irregularities in quotes received. The Government will evaluate quotations for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that a vendor is unacceptable if the option prices are signigicantly unbalanced. Evalutation of options shall not obligate the Government to exercise the options. (h) Reserved (i) Reserved (j) Data Universal Numbering System (DUNS) Number. (Applies to all quotations exceeding $3,000, and quotations of $3,000 or less if the solicitation requires the Contractor to be registered in the Central Contractor Registration (CCR) database. The vendor shall enter, in the block with its name and address on the cover page of its quotation, the annotation ``DUNS'' or ``DUNS +4'' followed by the DUNS or DUNS +4 number that identifies the vendor's name and address. The DUNS +4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the vendor to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the vendor does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. A vendor within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://fedgov.dnb.com/webform. A vendor located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. The vendor should indicate that it is a vendor for a Government contract when contacting the local Dun and Bradstreet office. (k) Central Contractor Registration. Unless exempted by an addendum to this solicitation, by submission of a quotation, the vendor acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the vendor does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered vendor. Vendors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. (l) Reserved (End of Provision) In accordance with FAR 13.004 -- Legal Effect of Quotations the following information is provided in regards to quotations A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier's quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. When appropriate, the contracting officer may ask the supplier to indicate acceptance of an order by notification to the Government, preferably in writing. In other circumstances, the supplier may indicate acceptance by furnishing the supplies or services ordered or by proceeding with the work to the point where substantial performance has occurred. If the Government issues an order resulting from a quotation, the Government may (by written notice to the supplier, at any time before acceptance occurs) withdraw, amend, or cancel its offer.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3b75c2cba08d4db33e25e3c001165a21&tab=core&_cview=1)
 
Place of Performance
Address: RAF Lakenheath, Brandon, Non-U.S., IP27 9PN, United Kingdom
 
Record
SN01797667-W 20090422/090420222730-a035e663c2ce4d349546c76f2b55f863 (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.