Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2010 FBO #3134
SOLICITATION NOTICE

29 -- F-16 Intake/Engine Covers - Design, Logos, Description

Notice Date
6/22/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
 
ZIP Code
89191-7063
 
Solicitation Number
F3G2AE0123A0010
 
Archive Date
7/20/2010
 
Point of Contact
Byron V. Burton, Phone: 7026529577
 
E-Mail Address
byron.burton@nellis.af.mil
(byron.burton@nellis.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Soft Covers Plug Set 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; proposals are being requested and a written solicitation will not be issued. SOLICITATION #: F3G2AE0123A001 This combined synopsis/solicitation is issued as a Request For Quotes NAICS: 336413 This combined synopsis/solicitation is being issued as unrestricted. SBA Size Standard: 1000 people Nellis AFB, Las Vegas, NV requires a contract for: CLIN 0001: 8(ea) F-16(F19-IN-SC-P) Inlet Cover 10" with 3/8" shock cord with hook with small mouth pouch. Color: Green with multi color Bat logo in center of Inlet cover. Cover Material:1000 DENIER CORDURA CLIN 0002: 21 (ea) F-16(F16-IN-SC-P)10" Inlet cover with small mouth pouch with 3/8" shock cord attached with hook at other end. Color: Red with Logo in center of Inlet cover (yellow star with hammer & sickle in center of star) Cover Material: 1000 DENIER CORDURA CLIN 0003: 8(ea) F-16(F-16-EX-C-PW)Pratt-Whitney Exhaust cover. Cover dementions 42"x42" with 2"x30ft attached a strap with velcro at other end plus 3/8" shock cord. Exhaust Cover Material:1000 DENIER CORDURA Color:Green with multi color Bat logo in center of Exhaust cover. CLIN 0004: 21(ea) F-16(F-16-EX-C-PW)Pratt-Whitney 220 Engine Exhaust cover with Logo. Cover dementions 42"x42" with 2"x30ft attached a black strap with velcro at other end plus 3/8" shock cord. See diagram in supplemental file. Exhaust Cover Material:1000 DENIER CORDURA Color:Red with logo in center of Exhaust cover(Yellow Star with Hammer & Sickle in center of star) CLIN 0005: 1 (ea) 1000 DENIER CORDURA COLOR RED & Green (apply to line item 1 through 4). CLIN 0006: 58 (ea) 30FT Connecting black straps (apply to RED and GREEN Exhaust covers only). 2 Straps, one on each side. CLIN 0007: 21 (ea) F-16(F16-IN-SP) Inlet Plug 49 15/32" x 17 3/4"(enginge with small mouth opening)with 2"wide black straps with Logo in center of plug. Plug Material:Vinyl color Red. LOGO: Yellow star with Hammer & Sickle in center of star. CLIN 0008: 8(ea) F-16(F16-IN-SP) Inlet Plug 49 15/32" x 17 3/4"(enginge with small mouth opening)with 2"wide black straps with Logo in center of plug. Plug Material:Vinyl color GREEN. LOGO:Multi color Bat. CLIN 0009: 8(ea) F-16(F16-EX-P)36"Dia with 2"Black Straps. Plug Material:Vinyl color GREEN. LOGO:Multi color Bat. CLIN 0010: 21 (ea) F-16(F16-EX-P)36"Dia with 2"Black Straps. Plug Material:Vinyl color RED. LOGO:Yellow Star with Hammer & Sickle in center of Star. NOTE:Click on supplemental file for dementions and pictures and Logo(Star with Hammer & Sickle logo not available, see attached drawing) for Inlet covers and Plugs. ***See Attached for Specifics, Design, and Logo's*** This is a firm fixed price type contract. The requirement will be solicited and evaluated under FAR 13.5 Simplified Acquisition Procedures. The following provisions and clauses (current through FAC 2005-42 effective 13 Jun 2010) are applicable to subject solicitation: FAR 52.204-7 - CCR, FAR 52.212-1 - Instructions to Offerors, 52.212-3 - Offeror Representations and Certifications - Commercial Items, FAR 52.212-4 - Terms and Condition - Commercial, FAR 52.212-5 Dev - Statutes/Exec Orders, FAR 52.219-1 (Alt I) - Small Business Program Representation, FAR 52.219-6 - Notice of Total Small Business Set-Aside, FAR 52.219-28 - Post-Award Small Business Program Representation, FAR 52.222-3 - Convict Labor, FAR 52.222-19 - Child Labor, FAR 52.222-21 - Prohibit Segregated Facilities, FAR 52.222-22 - Previous Contracts and Compliance Reports, FAR 52.222-25 - Affirmative Action, FAR 52.222-26 - Equal Opportunity, 52.222-37 - Employment Reports on Special Disabled Veterans, FAR 52.225-13 - Restrictions on Foreign Purchase, FAR 52.232-1 - Payments, 52.232-33 - Payment by EFT - CCR, FAR 52.233-1 - Disputes, FAR 52.233-3 - Protest after Award, FAR 52.233-4 - Applicable Law for Breach of Contract Claim,, FAR 52.243-1 - Changes - Fixed Price, FAR 52.247-34 - FOB Destination, FAR 52.249-1 - Termination for Convenience (Fixed Price), FAR 52.252-1 - Provisions Incorporated by Reference, FAR 52.252-2 - Clauses Incorporated by Reference, FAR 52.252-5 - Authorized Deviations in Provisions, FAR 52.252-6 - Authorized Deviations in Clauses, DFARS 252.204-7003 - Control of Government Personnel Work Product, DFARS 252.204-7004 Alt A - Required Central Contractor Registration, DFARS 252.212-7001 - Dev Terms and Conditions, DFARS 252.225-7000 - Buy America Act - Balance of Payments Program, DFARS 252.225-7002 - Qualifying Country Sources as Subcontractors, DFARS 252.232-7003 - Electronic Submission of Payment Requests, DFARS 252.232-7010 - Levies on Contract Payments, DFARS 252.243-7001 - Pricing of Contract Modifications, AFFARS 5353.201-9101 - Ombudsman, AFFARS 5352.242-9000 - Contractor Access to Air Force Installations IAW FAR 52.204-7and DFARS 252.207-7004 Alt A, prospective vendors must be registered in the CCR database prior to contract award. Lack of CCR registration shall be a determining factor for contract award. Prospective vendors should visit the CCR website at http://www.ccr.gov/Start.aspx to register. IAW FAR 52.212-3, Offeror Reps and Certs - An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision and must submit these paragraphs with their proposal. Contract award will be made to the responsive offeror whose offer will result in the best value to the government, with price and delivery being the considerations. This is an "all or none" requirement and will be awarded on one contract. Multiple contracts will not be issued. Vendors who do not quote the entire package requested will be considered non-responsive and their quote will not be evaluated. All quotes shall include the following minimum information: Cage Code, Duns Number, Taxpayer I.D. No., Payment Terms, and/or Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, Email and Proposed Delivery Schedule. All responsible sources may submit a quotation which shall be considered. Quotations may be emailed to byron.burton@nellis.af.mil no later than 5 Jul 2010, 12:00 pm PST. The anticipated award date will be by 7 Jun 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/99CONS/F3G2AE0123A0010/listing.html)
 
Place of Performance
Address: Nellis AFB, Nellis AFB, Nevada, 89191, United States
Zip Code: 89191
 
Record
SN02183976-W 20100624/100622234804-ef17bfcce9632e6ba0f2cfbf40aa42d1 (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.