Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2009 FBO #2857
SOLICITATION NOTICE

79 -- LGCB Additional Haz. Waste Supplies

Notice Date
9/18/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
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-0074
 
Point of Contact
John D. Housewright, Phone: 90-322-316-8075, Leo Rodgers, Phone: 011903223168076
 
E-Mail Address
john.housewright@incirlik.af.mil, lgcb.confirmations@incirlik.af.mil
(john.housewright@incirlik.af.mil, lgcb.confirmations@incirlik.af.mil)
 
Small Business Set-Aside
N/A
 
Description
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-Q-0074. The solicitation is issued as a request for quotations (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36, DFARS Change Notice 20090825, and Air Force Acquisition Circular 2009-0803. (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 562211 and small business size standard is $12.5M. (v) There are ninteen contract line item numbers (CLINs). The quantity for CLIN 0001 is 8 each. The quantity for CLIN 0002 is 6 each. The quantity for CLIN 0003 is 5 boxes. The quantity for CLIN 0004 is 3 boxes. The quantity for CLIN 0005 is 10 each. The quantity for CLIN 0006 is 2 each. The quantity for CLIN 0007 is 5 each. The quantity for CLIN 0008 is 2 each. The quantity for CLIN 0009 is 10 containers. The quantity for CLIN 0010 is 10 containers. The quantity for CLIN 0011 is 4 each. The quantity for CLIN 0012 is 10 kits. The quantity for CLIN 0013 is 10 kits. The quantity for CLIN 0014 is 10 kits. The quantity for CLIN 0015 is 20 boxes. The quantity for CLIN 0016 is 30 boxes. The quantity for CLIN 0017 is 2 each. The quantity for CLIN 0018 is 40 each. The quantity for CLIN 0019 is 10 boxes. (vi) CLIN 0001 is for Poly Spill Containment Pallet, New Pig PN: PAK606 CLIN 0002 is for 95 Gallon Poly Overpack Salvage Drum, New Pig PN: PAK725 CLIN 0003 is for Utility Pans, New Pig PN: PAN404 CLIN 0004 is for Grounding Wire, New Pig PN: DRM494 CLIN 0005 is for Poly Drum Funnel with Hinged Lid, New Pig PN: DRM672 CLIN 0006 is for Absorbent Wringer, New Pig PN: RNG202 CLIN 0007 is for Battery Recycling Container CLIN 0008 is for Steel Deck Wagon Truck, New Pig PN: MTL454 CLIN 0009 is for S/200 Oil Gone Remediation Liquid, New Pig PN: CLN645 CLIN 0010 is for Bio Remediation Powder, New Pig PN: CLN360 CLIN 0011 is for Spill Blocker, New Pig PN: PLR267 CLIN 0012 is for Refill Response Cart, New Pig PN: RFL1417 CLIN 0013 is for Refill it for Extra Large Response Kit, New Pig PN: KITR204 CLIN 0014 is for 65 Gallon Kit Refill, New Pig PN: RFL243 CLIN 0015 is for Sump Skimmer, New Pig PN: SKM404 CLIN 0016 is for Multipurpose Spill Kit, New Pig PN: MAT251 CLIN 0017 is for Safety Glasses, New Pig PN: GLS110 CLIN 0018 is for Multipurpose Spill Kit, New Pig PN: MAT204 CLIN 0019 is for Coliwasa Sampler, New Pig PN: DRM151 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 to determine whether or not the substituted product(s) quoted can satisfy the need. (vii) All quantities ordered must be delivered within 30 calendar days to Incirlik Air Base, Adana, Turkey on an FOB Destination basis. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The following addenda are made to this 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 n the English language. Quotations received in other than English shall be rejected. Paragraph (f) Late submissions, modifications, revisions, and withdrawals of offers is added at (f)(2)(i) to read: (D) Or if this solicitation is a request for quotation, it is determined that acceptance of the quotation is in the best interests of the United States. (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. The second and last one is (ii) price. The Lowest Price Technically Acceptable Source Selection Process will be used in this acquisition. (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), (20), (34), & (39). 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 FAR clause at paragraph (a) is considered checked and applicable to the 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)(iii), (22) (xiii) The following five additional contract clauses apply to this acquisition: (1) DFARS 252.225-7041 Correspondence in English. (2) DFARS 252.229-7001 Tax Relief. Paragraph (a) is filled in as follows: "Name of Tax: VAT/KDV, Rate (Percentage): 18%". (3) DFARS 252.233-7001 Choice of Law (Overseas). (4) 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: Maj Kim Arnold HQ USAFE/A7K, UNIT 3050, Box 10, APO AE 09094-0110HQ USAFE/A7K, Flugplatz Ramstein, 66877 Ramstein Germany E-mail: kim.arnold@ramstein.af.mil Tel: 0049-637-147-2010, Fax: (49)-6731-47-2025. (5) 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 4:30PM (local time) on 23 September 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 John Housewright at E-Mail; john.housewright@incirlik.af.mil and/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-0074/listing.html)
 
Place of Performance
Address: Incirlik AB, Adana, 09824, Turkey
 
Record
SN01962318-W 20090920/090919002359-349f8d7584dabd1e256ad6b9b732ffe5 (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.