Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2009 FBO #2721
SOLICITATION NOTICE

16 -- AVOX Portable Oxygen Masks

Notice Date
5/7/2009
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
6500 B St Ste 101 Beale AFB CA 95903-1712
 
ZIP Code
95903-1712
 
Solicitation Number
F1H1RA9127A001-Avox_Masks-Mavron
 
Response Due
5/13/2009
 
Archive Date
5/14/2009
 
Point of Contact
Mavron Christopher, Contract Specialist, Phone 530-634-4094, Fax 530-634-3311
 
E-Mail Address
mavron.christopher@beale.af.mil
 
Small Business Set-Aside
N/A
 
Description
This announcement for the purchase of a Portable Oxygen Systems for Beale AFB, in combination with the attached Request for Quote (RFQ), Attachment 1, constitutes the only solicitation issued for this requirement. 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. The 9th Contracting Squadron is hereby releasing this solicitation as a Request for Quotes and intends to award a firm-fixed price contract, under Federal Acquisition Regulation (FAR) Part 12 and 13. The North American Industry Classification System (NAICS) for this acquisition is 336413 with a Small Business Size Standard of 1,000 employees. Please identify your business size in your response based upon this standard. The solicitation number for this announcement is Request for Quote (RFQ) F1H1RA9127A001. This requirement is for Portable Oxygen Equipment in accordance with the attached RFQ. The components are listed within the attached quotation sample document, Attachment 1. The expected delivery date is not more than thirty (30) days after date of contract. The Government reserves the right to cancel this solicitation, with no obligation to the offeror by the Government. Only one award will be made to the lowest price technically acceptable offeror who meets the requirement. It is our intent to evaluate offers and award without discussions; however, we reserve the right to hold discussions. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-31. The following contract clauses and provisions apply to this solicitation: FAR 52-212-1, Instructions to Offerors-Commercial Items applies to this acquisition. Offerors are required to submit with their offer a completed copy of FAR 52.212-3, Offeror Representations and Certification--Commercial Items, or provide notification that their Representations and Certifications are available on the Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov/. The clause at FAR 52.204-7 Central Contractor Registration applies to this acquisition. The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items, applies to this acquisition, with the following clauses: FAR 52.219-1, Small Business Program Representations; FAR 52.219-6; Notice of Total Small Business Set-Aside; 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 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. The clause at 52.252-1, Solicitation Provisions Incorporated by Reference, applies to this solicitation. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition with the following clauses: FAR 52.203-3, Gratuities; DFARS 252.225-7001 Buy American Act and Balance of Program; DFARS 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program; DFARS 252.227-7015, Technical Data--Commercial Items; DFARS 252.227-7037, Validation of Restrictive Markings on Technical Data; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.243-7002, Requests for Equitable Adjustment; and DFARS 252.247-7023, Transportation of Supplies by Sea. The clause at AFFARS 5352.201-9101--Ombudsman - (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 MAJCOM ombudsmen, Colonel Nannette Benitez, ACC ACC/A7K, 129 Andrews St., Ste 129, Langley AFB, VA 23669-2769,757-764- 4400, or by email: nannette.benitez@langley.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), SAF/AQC, 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. Wide Area Workflow procedures shall be used for invoicing and acceptance on this requirement. All offers are due to this agency no later than 12:00 p.m., PST, 13 May 2009. Send all offers to the attention of SSgt Chris Mavron and Mr. Robert Watts, 9 CONS/LGCA, 6500 B St, Suite 101, Beale AFB, CA. 95903, or e-mail to christopher.mavron@beale.af.mil and robert.watts@beale.af.mil, phone 530-634-3372. To view the clauses in full text, visit http://farsite.hill.af.mil/. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (07-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/USAF/ACC/9CONS/F1H1RA9127A001-Avox_Masks-Mavron/listing.html)
 
Place of Performance
Address: 153 ARS/DOTL 6225 M Street Meridian, MS
Zip Code: 39307
Country: US
 
Record
SN01811589-F 20090509/090508101104 (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.