Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2009 FBO #2746
SOLICITATION NOTICE

39 -- LGCB SPILL CONTROL EQUIPMENT - Product Photos

Notice Date
6/1/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325998 — All Other Miscellaneous Chemical Product and Preparation Manufacturing
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 39th Contracting Sqd - Incirlik, Incirlik AB, Unit 7090 Box 127, Incirlik AB, Turkey, 09824-0280
 
ZIP Code
09824-0280
 
Solicitation Number
FA5685-09-Q-0012
 
Point of Contact
Frank D. Boyce, Phone: 903223168075, Chad R Walton, Phone: 6768076
 
E-Mail Address
Frank.Boyce@incirlik.af.mil, chad.walton@incirlik.af.mil
(Frank.Boyce@incirlik.af.mil, chad.walton@incirlik.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Product Photos ATTENTION POTENTIAL OFFERORS: (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; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is FA5685-09-T-0012. The solicitation is issued as a request for quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-32, DFARS Change Notice 20090115, and Air Force Acquisition Circular 2009-0318. (iv) There is no small business set-aside for this acquisition. However, this acquisition is set-aside for Turkish business concerns. Due to established economic agreements between the United States Government and the Government of Turkey, the U.S. Air force intends to award this solicitation to a business concern within the country of Turkey, followed by European based companies, and finally United States companies. If there is no Turkish or European businesses that can meet the specifications required or feasible pricing is not received to the maximum extent practicable, the U.S. Air Force reserves the right to contract a United States firm. The NAICS code assigned to this acquisition is 325998. (v) There are twenty-five (25) contract line item numbers (CLINs). The quantity and unit of measure are found in the description of each CLIN below. Also, please reference the attached pictures if you have any question about each item. (vi) CLIN 0001: QTY: 5, SPILL TRAY CLIN 0002: QTY: 20, SPILL PAD CLIN 0003: QTY: 2, SPILL DRAIN COVERS CLIN 0004: QTY: 2, 95 GALLON SPILL KIT CLIN 0005: QTY: 2, RESPONSE CART SPILL KIT CLIN 0006: QTY: 20, HEAVY WEIGHT SPILL PADS CLIN 0007: QTY: 20, MEDIUM WEIGHT OIL ABSORBENT PADS CLIN 0008: QTY: 20, ABSORBENT SHOCKS CLIN 0009: QTY: 20, OIL DRI PREMIUM ABSORBENT CLIN 0010: QTY: 5, MERCURY SPILL KIT CLIN 0011: QTY: 10, ASBESTOS WASTE CONTAINER LABEL CLIN 0012: QTY: 1, DRUM REPAIR KIT CLIN 0013: QTY: 5, STATIC RESISTANT PETROLEUM ABSORBENT PAD CLIN 0014: QTY: 30, ABSORBENT PILLOWS CLIN 0015: QTY: 10, NITRILE GLOVES, 11", LARGE SIZE CLIN 0016: QTY: 30, HEAVY DUTY GLOVES, LARGE SIZE CLIN 0017: QTY: 1, EAR PLUG CLIN 0018: QTY: 10, COVERALLS, MEDIUM SIZE CLIN 0019: QTY: 107, COVERALLS, LARGE SIZE CLIN 0020: QTY: 2, ASBESTOS WASTE BAG CLIN 0021: QTY: 2, HAZMAT CHEMICAL RESISTANT BOOT, EXTRA LARGE SIZE CLIN 0022: QTY: 3, PROTABLE EYE WASH STATION CLIN 0023: QTY: 4, HAND PUMP FOR WASTE CLIN 0024: QTY: 8, HAZARDOUS WASTE DISPOSAL BAG CLIN 0025: QTY: 2, ACID EATER QUICK RESPONSE BATTERY SPILL **If exact item is not quoted ( see FAR 52.212-1(b)(4)) a specification sheet or other information must be provided that provides sufficient detail for the United States Government to determine whether or not the substituted product(s) quoted can satisfy the need** (vii) All quantities ordered must be delivered within 35 calendar days to Incirlik Air Base, Adana, Turkey on a FOB Destination bases. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The following addenda is made to the provision. Paragraph (b) Submission of offers is added to read: Quotations shall be in terms of U.S. Dollars. Quotations received in other than U.S. Dollars shall be rejected. Quotations shall also be submitted in the English Language. Quotations received not in English will not be considered. (ix) The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. There are two specific evaluation criteria included in paragraph (a). The first one is (i) technical capability of the item quoted to meet the requirement of that provision. Technical capability will be evaluated as significantly more important than price or past performance. The second criteria is (ii) price. The third criteria is (iii) past performance. Past performance will be evaluated based upon interested party's submission of timely delivery (proof of delivery) of commodities. Price and past performance are to be evaluated as equally important. (x) The provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, applies to this acquisition. The quotation must include a complete copy of this provision. See http://orca.bpn.gov. The provision at 252.212-7000 Offeror Representations and Certifications--Commercial Items, applies to this acquisition. The certification in paragraph (b) of the provision at 252.212-7000 does not apply to this solicitation. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The following addenda are made to this clause. Paragraph (a) Inspection/Acceptance is added to read: The contractor shall use the Wide Area Workflow web page at https://wawf.eb.mil/index.html to submit invoices for acceptance. Paragraph (o) Warranty is added to read: The contractor shall provide all standard commercial (including manufacturer) warranties to the United States Government. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause under paragraph (b) are considered checked and applicable to the acquisition: (1), (19), (33), & (38). The clause at 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. The following additional DFARS clauses cited in the clause under paragraph (b) are considered checked and applicable to the acquisition: (1), (6), (18), (20), (21)(ii), (22) (xiii) The following four additional contract clauses apply to this acquisition: (1) DFARS 252.229-7001 Tax Relief. Paragraph (a) is filled in as follows: "Name of Tax: VAT/KDV, Rate (Percentage): 18%". (2) DFARS 252.233-7001 Choice of Law (Overseas). (3) AFFARS 5352.201-9101 Ombudsman. Paragraph (c) is filled in as follows: Primary: David Jones, HQ USAFE/A7K, Unit 3050, Box 10, APO AE 09094-0110, HQ USAFE/A7K, Flugplatz Ramstein, 66877 Ramstein Germany, E-Mail: david.jones@ramstein.af.mil, Tel: 0049-637-147-2209, Fax: (49)-6731-47-2025. Alternate: Lt Col Paul Marks, HQ USAFE/A7K, Unit 3050, Box 10, APO AE 09094-0110, HQ USAFE/A7K, Flugplatz Ramstein, 66877 Ramstein Germany, E-Mail: paul.marks@ramstein.af.mil, Tel: 0049-637-147-2026, Fax: (49)-6731-47-2025. (4) AFFARS 5352.242-9000 Contractor access to Air Force installations. Paragraph (b) is filled in as follows: The Turkish Air Force will coordinate with contractors to attain necessary documents and information to grant access to the installation. The United States Government will not be held liable for any delays or breach of contract caused by refusal of the Turkish Air Force to grant a gate pass. The contractor shall notify the contracting officer immediately if access is denied. (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xv) Quotations are due by 4:00PM on 15 June 2009. In addition to providing the information required above, Turkish Vendors shall provide the following documents, translated and certified in English: (1) Tax Payer License, (2) Trade Chamber Registration, (3) Signature Circular, (4) Company Registration (if applicable), (5) Certified/Authorized Retail/Reseller documentation from manufacturer and or importer of requested supply(s), and (6) Photocopies of written warranty documents (if applicable). (xvi) Contact Frank Boyce at E-Mail: Frank.Boyce@incirlik.af.mi or lgcb.confirmations@incirlik.af.mil or Tel: 0-322-316-8075 or Fax: 0-322-316-1090 for any questions or concerns regarding this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/39CS/FA5685-09-Q-0012/listing.html)
 
Place of Performance
Address: Incirlik AB, Turkey, Adana, 09824, United States
Zip Code: 09824
 
Record
SN01832927-W 20090603/090601235544-bb7bf34348fdca6a54a66dda359f3c5b (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.