Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2010 FBO #3050
MODIFICATION

62 -- Energy Saving Equipment for ACC Bases

Notice Date
3/30/2010
 
Notice Type
Modification/Amendment
 
NAICS
335110 — Electric Lamp Bulb and Part Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, AMIC CONTRACTING OFFICE, 11817 CANON BLVD, LANGLEY AFB, Virginia, 23606-4516, United States
 
ZIP Code
23606-4516
 
Solicitation Number
F2QF2080064A001
 
Archive Date
4/16/2010
 
Point of Contact
Kyle B. Lancour, Phone: 7572257698, Hatasha T. Hanley, Phone: 7572257763
 
E-Mail Address
kyle.lancour@langley.af.mil, hatasha.hanley@langley.af.mil
(kyle.lancour@langley.af.mil, hatasha.hanley@langley.af.mil)
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION 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; quotes are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ). The solicitation document, incorporated provision and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-40, Effective 23 Mar 2010. The government requires the following items: Energy saving equipment for ACC bases to include, 13 and 16 watt compact fluorescent lamp bulbs, occupancy sensor wall switches, power strips, HOBO temperature controls, infrared thermometers, and ballast checkers.. All responsible sources offering equipment may submit a quotation which shall be considered. Prospective offerors must be CCR registered and must complete the ORCA on-line representation or provide a copy of their representation and certification as required by FAR Clause 52.212-3. The North American Industry Classification System (NAICS) code for this requirement is 335110. 1. Description: See Attachment A. --------------------------------------------------------------------------------------------------------------------------------- 2. SHIPPING INFORMATION: See attachment B. This contract will be administered by: ACC AMIC/PKA 11817 Canon Blvd Ste. 306 Newport News, VA 23606 Phone: 757-225-7698 Fax: 757-225-6455 NOTE: All potential bidders must meet all salient characteristics listed in the above descriptions. NEW Equipment ONLY; No remanufactured or "gray market" items. All items must be coverd by the manufacturer's warranty. 3. Delivery: April 12, 2010 FOB Destination Prices must be submitted based on FOB Destination CONUS (Continental U.S.), which means the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. 4. EVALUATION: Award will be made on the basis of the lowest priced proposals meeting or exceeding the salient characteristics. Delivery must be in full by the required delivery date. The Government may make multiple awards in order to obtain the best overall value for the Government. The Government reserves the right to award a single award or make multiple awards in order to obtain the overall best value for the Government. 5. The following provisions and Clauses are applicable: a. 52.212-1 Instructions to Offerors - Commercial b. 52.212-2 Evaluation - Commercial Items Evaluation will be based on the following factors: Lowest price meeting technical specifications) c. 52.212-3 Offeror Representations and Certifications Please include a completed copy of 52.212-3 or complete at https://orca.bpn.gov/ d. 52.212-4 Contract Terms and Conditions - Commercial Items e. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. (DEVIATION) h. 52.252-1 Solicitation Provisions Incorporated by Reference i. 52.252-2 Clauses Incorporated by Reference j. 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country k. 252.212-7000 Offeror Representations and Certifications - Commercial Items j. 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEVIATION) l. 252.225-7000 Buy American Act - Balance of Payments Program Certificate k. 252.232-7003 Electronic Submission of Payment Requests l. 252.246-7000 Material Inspection and Receiving Report m. 5352.201-9101 Ombudsman (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 Center/MAJCOM ombudsmen, Mr. Eric Thaxton, (757) 574-5371, 129 Andrews St. Langley AFB, VA, eric.thaxton@langley.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) Additional Information: Bidders are required to quote on all line items. Incomplete quotes will not be evaluated for consideration of award. Additionally, contractors are requested to provide discounts for all items. Award will be made on a "lowest price technically acceptable" basis. All questions and concerns shall be directed to Mr. Kyle Lancour, (757) 225-7698/kyle.lancour@langley.af.mil, and shall be addressed during the quotation period. Deviations to the specifications will not be considered after the closing date. After receipt of the award, the vendor shall furnish a copy of the delivery schedule within 2 days to the Contracting Officer. All items shall be delivered to the various locations April 12, 2010. Each shipping location will be delivered in total of all items ordered and may be invoiced through WAWF at that time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/AACCONS/F2QF2080064A001/listing.html)
 
Place of Performance
Address: See Attch. B, United States
 
Record
SN02107613-W 20100401/100331000126-3002b3f1a21e624408b5a1b4eae40e39 (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.