Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 11, 2010 FBO #3060
SOLICITATION NOTICE

39 -- Storage Aid System at New London, NC - RFP

Notice Date
4/9/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
FA8604-10-R-7926
 
Archive Date
6/30/2010
 
Point of Contact
Rita A. Caldwell, Phone: 937-656-7519
 
E-Mail Address
Rita.Caldwell@wpafb.af.mil
(Rita.Caldwell@wpafb.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Zip File RFP This is a combined synopsis/solicitation for commercial items 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. Solicitation Number FA8604-10-R-7926 is issued as a Request for Proposal (RFP). This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-39. This acquisition is 100% set aside for small business. The NAICS Code is 333924. Small business size standard is 750 employees. This RFP is for the performance, design, fabrication, installation, orientation and test requirements for a Storage Aid System. All solicitation specifications/drawings will be posted at the following location: http://www.fedbizopps.gov/. Drawings are in AutoCad version 2008. You must have this software and version or a compatible viewer to read these drawings. Delivery is required within 150 days from date of award. FOB point is Destination (New London Air National Guard Base, NC). FAR Solicitation Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Evaluation will be based on Lowest Price Technically Acceptable (LPTA). All offerors are to include a completed copy of Provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with their proposal. Clause 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition. The following DFARS Clauses apply to this acquisition: DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. DFARS provision 252.212-7000 also applies to this solicitation-offerors should include a completed copy of this provision with their proposals. Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. No progress, interim or milestone payments are provided for in this acquisition. The contractor must be registered in CCR prior to award. The government will make an award from this request for proposal to the technically acceptable, responsible offeror whose proposal offers the lowest price to the Government. The Government reserves the right to not make an award at all. All proposals are due by 4:00 PM EDT on 30 April 2010. POC for this acquisition is Rita Caldwell (ASC/PKESM BLDG 16, RM 128, 2275 D Street, WPAFB, OH, 45433-7228, (937)656-7519, rita.caldwell@wpafb.af.mil). Alternate POC for this acquisition is Lynn Jefferies (937)656-7481, lynn.jefferies@wpafb.af.mil. Please note that e-mail and fax proposals are not permitted. No telephone, written, e-mail or fax requests for documents will be accepted; all interested offerors must download their own documents from the internet. No exceptions. All interested offerors are requested to register for this solicitation. Mr. Howard E. Marks Jr. has been appointed as Ombudsman to hear concerns from offerors, or potential offerors, during the proposal development. The purpose of the Ombudsman is to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. Existence of an ombudsman does not diminish the authority of the program director or the contracting officer. Accordingly, the ombudsman does not participate in the preparation of solicitations, the evaluation of proposals or the source selection process and therefore, for routine matters on individual solicitations, please contact the POC listed for this solicitation. When requested the ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman, Mr. Marks, may be contacted at (937)255-8642 or (937)656-7193 (FAX). His address is: Howard E. Marks, Jr. Chief, Acquisition Center of Excellence. Aeronautical Systems Center 1755 11 th St, BLDG 570, Rm 101 WPAFB, OH, 45433-7404 Howard.Marks@wpafb.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8604-10-R-7926/listing.html)
 
Place of Performance
Address: 235th ATCS, Building 13, New London ANGB, NC 28127-8559, New London, North Carolina, 28127-8559, United States
Zip Code: 28127-8559
 
Record
SN02118268-W 20100411/100409235244-bbb3387a4ba6f275c9790a6ca5f9e92d (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.