Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2010 FBO #3136
SOLICITATION NOTICE

49 -- Travis AFB Raymond Line Drivers - Brand Name Letter and Installation Map

Notice Date
6/24/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
LineDrivers-F3Z1890139A004
 
Archive Date
8/7/2010
 
Point of Contact
Matthew Gill, Phone: (707) 424-7770, Josephine G Cobb, Phone: (707) 424-7720
 
E-Mail Address
matthew.gill-02@travis.af.mil, josephine.cobb@travis.af.mil
(matthew.gill-02@travis.af.mil, josephine.cobb@travis.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Approved brand name letter and installation map. This is a posting 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. The solicitation number is F3Z1890139A004. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-42, effective 16 June 2010, DCN 20100623, and AFAC 2010-0402. The North American Industry Classification System (NAICS) code is 811310. The business size standard is $7.0. The Federal Supply Class (FSC) is 4940. The Standard Industrial Classification (SIC) is 5084. Requirement Description: Travis AFB has a Brand Name Requirement for Raymond Line Drivers CLIN 0001: Raymond line driver system installation. Installation consisting of the following; Install guidance sensor on three Raymond Model 5200 Order Pickers Mount 1 Raymond line driver unit Install approximately 1,400 feet of wire guidance, sealed with epoxy sealant. Wire installation in accordance with attached map Quote must be valid through 01 October 2010. The following factors shall be used to evaluate offers: FAR 52.212-2 (i) technical capability of the item offered to meet the Government requirement (Technical capability is either meeting or exceeding the requirements listed in CLIN 0001), (ii) price Transportation to Travis AFB, CA 94535, is to be included in the quote. This award shall be made in the aggregate, all or none and is contingent upon availability of funds.The following provisions/clauses apply to this solicitation: 52.232-18 Availability of Funds - Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. 52.233-4 Applicable Law for Breach of Contracts 52.212-1 Instructions to Offerors 52.212-3 Offeror Representations and Certifications - Commercial Items 52.212-4 Contract Terms and Conditions - Commercial Items 52.219-28 Post Small Business Award Program 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-50 Combating Trafficking in Persons 252.225-7001 Buy American Act and Balance of Payment Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.204-7003 Control of Government Personnel Work Products 252.232-7003 Electronic submission of Payment Request 252.247-7023 Transportation of Supplies by Sea Alt III 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substance 5352.201-9101 Ombudsman 52.252-2 Clauses Incorporated by Reference. Use the following fill-in: http://www.arnet.gov/far or http://farsite.hill.af.mil 52.252-6 Authorized Deviation in Clauses. Use the following fill-in: Defense Federal Acquisition Regulation (48 CFR Chapter 2) 252.212-7001 Contract Terms and Conditions (Deviation) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substance 5352.201-9101 Ombudsman 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Vendors must actively be registered with the Central Contractor Registration (CCR) [http://www.ccr.gov], at Wide Area Work Flow (WAWF) [http://wawf.eb.mil], and at Online Representations and Certifications Application (ORCA) at [http://orca.bpn.gov]. Please send any responses to matthew.gill-02@travis.af.mil or fax to (707) 424-2712. Contractors shall submit the following with their proposals: written acknowledgment of any and all amendments to this solicitation or proposal may not be evaluated for award; and shipping charges (if existing). All inquiries must be submitted by 16 July 2010 12:00 PM PST. All quotes must be submitted, which shall be considered by the agency NO LATER THAN 23 July 2010, 12:00 PM, PST quotes are to be provided by fax or email. Main point of contact is, Matthew E. Gill, SSgt, Contract Specialist, Telephone (707) 424-7770, matthew.gill-02@travis.af.mil. Alternate POC, Josephine Cobb, Telephone (707) 424-7720.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/LineDrivers-F3Z1890139A004/listing.html)
 
Place of Performance
Address: Travis AFB, CA, 94535-2632, United States
Zip Code: 94535-2632
 
Record
SN02187671-W 20100626/100624235502-e3998b473c677630c04553be011b94b6 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.