Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 04, 2009 FBO #2777
SOLICITATION NOTICE

69 -- Aircraft Skin Penetrating Nozzle Trainer

Notice Date
7/2/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 15 CONS - Hickam, 90 G Street, Hickam AFB, Hawaii, 96853-5230
 
ZIP Code
96853-5230
 
Solicitation Number
F2C1E29112A002(a)
 
Archive Date
7/23/2009
 
Point of Contact
Alesha Williams, Phone: (808) 448-2976, Frank Hartzell, Phone: (808) 448-2975
 
E-Mail Address
alesha.williams@hickam.af.mil, frank.hartzell@hickam.af.mil
(alesha.williams@hickam.af.mil, frank.hartzell@hickam.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the formate in FAR 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. Offerors are responsible for monitoring this site for the release of any amendments or other pertinent information. This solicitation will be issued as a request for quotation (RFQ) under the solicitation number: F2C1EC9112A002(a) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-33, Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20090115, and Air Force Acquisition Circular (AFAC) 2009-0318. No set asides apply to this acquisition. This RFQ contains four (4) line items. The items, as follows, are on a firm fixed price basis: CLIN 0001: Aircraft Skin Penetrating Nozzle Trainer w/Training Guide and Installation Guide, 1 each. Mfr: Airport Professional Services, LLC Model: Penetration Aircraft Skin Trainer; Or Equal CLIN 0002: Replacement Panels (four to a set), 4 sets CLIN 0003: Foundation Anchor System, 1 each CLIN 0004: Shipping and Handling, 1 lumpsum Offerors quoting an "Or Equal" items shall submit product literature along with their quote. "Or Equal" items shall meet the following characteristics: 1. 12 to 16ft in height 2. Panels shall mimic aircraft skin in both thickness, composite makeup, and contours 3. Shall have the capability to be bolted down to a concrete surface (i.e. training pit) 4. Shall be designed for outdoor use. Offerors may propose an alternate quotation if offering more than one solution. Delivery shall be FOB destination with a required delivery date no later than 30 calendar days after contract award. The Delivery location shall be Bldg, 2036, 345 Mamiya Ave Hickam AFB, Hawaii 96853 Any questions in regards to this solicitation must be submitted no later than 07 July 2009 to ensure Government ample response time and timely submittals of proposals. Award basis: The government will award a Purchase Order to the contractor offering the best overall value to the government. The Contracting Officer will evaluate quotations or offers based on price and technical capabilities. The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) All quotes are due on or before 4:00 PM, Hawaii Standard Time (HST), 08 July 2009. Electronic quotes are acceptable. Submission may be made via email to alesha.williams@hickam.af.mil and frank.hartzell@hickam.af.mil, via parcel mail to Department of the Air Forces, Pacific Air Forces, 15 CONS, ATTN: A1C Alesha C. Williams, 90 G Street, Hickam AFB, HI 96853-5230, or via facsimile at (808) 448-2911. Quotes must reference the solicitation number. Central Contractor Registration (CCR). Offerors must be registered with the CCR (http://www.ccr.gov) database upon submission of their request for proposal (RFP) / request for quote (RFQ) to be considered responsive. If confirmation of CCR is not provided with the proposal submission by the closing date of the RFP/RFQ, the offer shall be considered nonresponsive and ineligible for contract award. Wide Area Work Flow (WAWF). Offerors must be registered in the WAWF (https://wawf.eb.mil). If the offeror does not become registered in the WAWF database within three (3) days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. IAW 52.212-3 and 52.212-3 (Alt I) -- Offeror Representations and Certifications -- Commercial Items (June 2008). An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If you have not completed the annual representations and certifications electronically at the ORCA website, please complete only paragraphs (c) through (m) of this provision and return along with your quotation. Additionally, Online Representations and Certifications (ORCA) is mandatory in lieu of Reps and Certs in hard copy form. The following clauses and provisions are incorporated by reference: 52.212-1, Instructions to Offerors- Commercial Items 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2007) IAW 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, is applicable to this procurement along with the following addenda. 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor - Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.225-3, Buy American Act-Free Trade Agreements- Israeli Trade Act 52.225-3, Buy American Act-Free Trade Agreements- Israeli Trade Act (Alt I) 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration 52.233-3, Protest After Award (AUG 1996) (31 U.S.C 3553) 52.233-4, Applicable Law for Breach if Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) IAW 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable to this procurement along with the following addenda. 252.225-7001, Buy American Act and Balance of Payments Program 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests 252.247-7023, Transportation of Supplies by Sea 252.247-7023, Transportation of Supplies by Sea (ALT III) 252.225-7014, Preference for Domestic Specialty Metals, Alternate I (APR 2003) (10 U.S.C. 2533a) 252.237-7019, Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Public Law 108-375) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631) 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). 252-232-7010 -- Levies on Contract Payments - (a) 26 U.S.C. 6331(h) authorizes the Internal Revenue Service (IRS) to continuously levy up to 100 percent of contract payments, up to the amount of tax debt. (b) When a levy is imposed on a payment under this contract and the Contractor believes that the levy may result in an inability to perform the contract, the Contractor shall promptly notify the Procuring Contracting Officer in writing, with a copy to the Administrative Contracting Officer, and shall provide-(1) The total dollar amount of the levy; (2) A statement that the Contractor believes that the levy may result in an inability to perform the contract, including rationale and adequate supporting documentation; and (3) Advice as to whether the inability to perform may adversely affect national security, including rationale and adequate supporting documentation. (c) DoD shall promptly review the Contractor's assessment, and the Procuring Contracting Officer shall provide a written notification to the Contractor including- (1) A statement as to whether DoD agrees that the levy may result in an inability to perform the contract; and (2)(i) If the levy may result in an inability to perform the contract and the lack of performance will adversely affect national security, the total amount of the monies collected that should be returned to the Contractor; or (ii) If the levy may result in an inability to perform the contract but will not impact national security, a recommendation that the Contractor promptly notify the IRS to attempt to resolve the tax situation. (d) Any DoD determination under this clause is not subject to appeal under the Contract Disputes Act. (End of clause) WIDE AREA WORKFLOW - RECEIPT AND ACCEPTANCE (WAWF-RA) ELECTRONIC RECEIVING REPORT AND INVOICING INSTRUCTIONS IN ACCORDANCE WITH DFARS 232.7002, USE OF ELECTRONIC PAYMENT REQUESTS IS MANDATORY. USE OF WAWF WILL SPEED UP YOUR PAYMENT PROCESSING TIME AND ALLOW YOU TO MONITOR YOUR PAYMENT STATUS ONLINE. THERE ARE NO CHARGES OR FEES TO USE WAWF. Requests for payments must be submitted electronically via the Internet through the Wide Area WorkFlow - Receipt and Acceptance (WAWF-RA) system at https://wawf.eb.mil. Questions concerning payment should be directed to the Defense Finance Accounting Services (DFAS) Limestone at (800) 756-4571. Please have your order number and invoice number ready when contacting DFAS about payment status. You can also access payment information using the DFAS My Invoice web site at https://myinvoice.csd.disa.mil/index.html. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: https://farsite.hill.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/15CONS/F2C1E29112A002(a)/listing.html)
 
Place of Performance
Address: ARFF Department 345 Mamiya Avenue, Building 2036 Hickam AFB, Hawaii 96853, Hickam AFB, Hawaii, 96853, United States
Zip Code: 96853
 
Record
SN01864407-W 20090704/090703000540-42a02d9cdabd311c3f78c54c5075073a (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.