Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2009 FBO #2776
MODIFICATION

99 -- Install platform padding and proximity switches kit for seven JLGs. The padding and switches will go on JLG equipment Model Numbers: E450AJ, 40E, 3969E, 2646ES (3EA), and 2033E3.

Notice Date
7/1/2009
 
Notice Type
Modification/Amendment
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 316th CONS, 1535 Command Drive, Andrews AFB, Maryland, 20762-6500
 
ZIP Code
20762-6500
 
Solicitation Number
F1D2599148A001
 
Archive Date
7/22/2009
 
Point of Contact
Kenneth M Grimsley, Phone: (301)981-2385, Ryan M Battad, Phone: 301-981-2315
 
E-Mail Address
kenneth.grimsley@afncr.af.mil, Ryan.Battad@afncr.af.mil
(kenneth.grimsley@afncr.af.mil, Ryan.Battad@afncr.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Amendment N0. 1 to the combine synopsis/solicitation to change the acquisition set-aside from 100% set-aside for small business to open full compeition to all responsive bidders. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation number F1D2599148A001 is being issued a Request for Quotation (RFQ) using Simplified Acquisition Procedures in accordance with FAR 13 guidelines. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-33 and Class Deviation 2005-0001, AFAC 2009-0318, and Defense Change Notice (DCN) 20090115. It is the contractor's responsibility to be familiar with all applicable clauses and provisions. If there are no offers received from a small business concern, this acquisition for small business set-aside may be dissolved and the acquisition open to all responsive bidders. This acquisition is 100% set-aside for small business. The North American Industry Classification System code is _333924__ with a small business size standard of _500. Description of Work to be performed: Install platform padding and proximity switches kit for seven JLGs. The padding and switches will go on JLG equipment Model Numbers: E450AJ, 40E, 3969E, 2646ES (3EA), and 2033E3. The items being procured are: p/n 641405, cap screw 105ea, p/n 700614, cap screw 14ea, p/n 903074 bracket 28ea, p/n 700814 cap screw 56 ea, p/n 903077 bracket 42ea, p/n 903078 bracket 14ea, p/n 940143 rubber bumper 14ea, p/n 94015 rubber bumper 7ea, p/n 962449 bushing 56ea, p/n 1060492 cable lanyard 28ea, p/n 1271592, handrail channel 14ea, p/n 1320302 square clamp 28ea, p/n 1320318 hose clamp 14ea p/n 1380158, panel clip 14ea, p/n 1600398, controller 7ea, p/n 170652 soft touch decal 14ea, p/n 2902374 bumper pad kit 7ea, p/n 3290605 class 8, 14ea, p/n 3290805, self locking nut 56ea, p/n 3300151 nut 56ea, p/n 342453, snapper pin 28ea, p/n 3760170, quick release ring 28ea, p/n 4191707, screw 14ea, p/n 4340950, module 7ea, p/n 4360477, proximity switch 56ea, p/n 4460662, connector 56 ea, p/n 471400, washer 168ea. These items are to be delivered to and delivery time is after receipt of order, FOB: Destination. Offerors responding to this requirement must include a completed copy of the provisions at FAR 52.212-3, Offeror Representation and Certifications -- Commercial Items (Jun 2009), DFARS 252.212-7000, Offeror Representation and Certifications-Commercial Items (Jun 2005), and DFARS 252.225-7000, Buy American Act-- Balance Payment Program Certificate (Jan 2009) with the quotation. Clauses and provisions may be accessed via the Internet, http://farsite.hill.af.mil or http://www.arnet.far.gov. The following clauses, and provisions, which are incorporated by reference IAW FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) and FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), remain in full force in any resultant purchase order: FAR 52.212-1, Instruction to Offerors-Commercial Items (Jun 2008), FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Mar 2009), FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (June 2009), is applicable. The following FAR clauses under paragraph (b) of FAR 52.212-5 are applicable: 52.219-6, Notice of Total Small Business Set Aside (June 2003), 52.222-3, Convict Labor, (June 2003), 52.222-19, Child Labor- Cooperation with Authorities and Remedies (Feb 2008), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Mar 2007), 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998), 52.225-1, Buy American Act-Supplies (Feb 2009), 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008), 52.232-33, Payment by Electronic Funds Transfer- Central Contractor Registration (Oct 2003). The following FAR clause also applies to this combined synopsis/solicitation: 52.252-6, Authorized Deviations in Clauses (Apr 1984). The following DFARS clauses: 252.225-7001, Buy American Act and Balance of Payments Programs (Jan 2009), 252.225-7002, Qualifying Country Sources as Subcontractors (Apr 2003), 252.232-7003, Electronic Submission of Payment Request and Receiving Reports (Mar 2008), 252.243-7002, Request of Equitable Adjustment (Mar 1998), are also applicable. All offers must be received no later than 7 Jul 09, 1200 pm Eastern Standard Time and must be able to respond to the information contained herein. Offers may be mailed _1535 Command Drive, Suite E200, Andrews AFB MS 20762, ATTN: Ken Grimsley, fax number 301-981-1910, email: kenneth.grimsley@afncr.af.mil. Quotations should meet all instructions put forth in this combined synopsis/solicitation. Award will be made to a single source. Reference the solicitation number and provide a delivery date on the quotation. Please email kenneth.grimsley@afncr.af.mil, Contract Specialist, for any questions concerning this requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/F1D2599148A001/listing.html)
 
Place of Performance
Address: Hanger 7, 1280 Arnold Ave, Andrews AFB, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN01863746-W 20090703/090702003411-bd10575c47f42daf8506869b73f00661 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.