Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 27, 2009 FBO #2770
SOLICITATION NOTICE

62 -- Light Towers

Notice Date
6/25/2009
 
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-0057
 
Archive Date
7/24/2009
 
Point of Contact
Will Schlegel, Phone: 719-333-3629
 
E-Mail Address
will.schlegel@usafa.af.mil
(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-0057, 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 2005-32 effective May 14, 2009. 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-side to obtain Light Towers. To be considered a responsible small business concerns, all criteria of FAR 19.502(c); For small business set-asides other than for construction or services, any concern proposing to furnish a product that it did not itself manufacture must furnish the product of a small business manufacturer unless the SBA has granted either a waiver or exception to the nonmanufacturer rule. No waiver or exception apply to this acquisition All responsible sources may submit a response, which if timely received, will be considered by 10 LGCB. The Government does not intend to pay for any information provided under this synopsis. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. CLIN 0001 Light Towers Quantity 16 Each Unit cost______ Extended Cost_________ a. A lockable, weather protected, rust resistant enclosure. b. Glow plugs capable of starting units in the coldest weather. 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. Maximum tower height 30 feet. h. Fully equipped highway-ready trailer with pintle hitch. i. The engine shall be of model year 2008 or newer meeting the following references; Shall provide emissions data certification on the engine with emission data sheets. The engine and emissions will meet the requirements of 40 CFR 60.4201, 40 CFR 60.4203, 40 CFR 4210, 40 CFR 1039.102, 40 CFR 1039.104, 40 CFR 1039.105 and 40 CFR 1039.115. 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. Offers shall submit their quote on company letterhead; provide solicitation number, name, address and telephone number of the offer, unit pricing and an overall total price, cage code, DUNS number, and size of business. The Offeror shall provide a statement the provision at FAR 52.212-3 has been completed electronically on line at http://orca.bpn.gov/publicsearch.aspx. The Offeror shall complete the necessary fill-in at DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items and return with their quotation. The contractor shall complete the necessary fill-in at DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate and return it with their quotation. Evaluate all proposals received that meet the salient characteristics as shown in the combined synopsis bid schedule on a pass or fail basis. Evaluate price reasonableness of all proposals who meets the salient characteristics (Passed) then rank by total evaluated price. 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); 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 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004); 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). 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, 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. 5352.201-9101 OMBUDSMAN (AUG 2005) (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 USAF Academy Ombudsmen, Kelly Snyder 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone number 719-333-2074 FAX 719-333-9018 email: kelly.snyder@usafa.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. (End of clause) 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 9 July 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA7000-09-T-0057/listing.html)
 
Place of Performance
Address: USAF Academy, Colorado, 80840, United States
Zip Code: 80840
 
Record
SN01856588-W 20090627/090625235655-29744685067f5f5b73addc58949fd589 (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.