Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2010 FBO #3151
SOLICITATION NOTICE

Y -- Solar Light Feed - Statement of Work

Notice Date
7/9/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
221119 — Other Electric Power Generation
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFNWC/PKO - Kirtland (Operational Contracting Division), AFNWC/PKO Operational Contracting Division, 2000 Wyoming Blvd SE, Bldg 20604, Room B-9, Kirtland AFB, New Mexico, 87117-5606, United States
 
ZIP Code
87117-5606
 
Solicitation Number
F2KBAB0126A001
 
Archive Date
8/14/2010
 
Point of Contact
Bernadette N. Kerkhoff, Phone: 5058464670, Julia E Johnson, Phone: 5058464904
 
E-Mail Address
bernadette.kerkhoff@kirtland.af.mil, julia.johnson@kirtland.af.mil
(bernadette.kerkhoff@kirtland.af.mil, julia.johnson@kirtland.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work 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; quotes are being requested and a written solicitation will not be issued. This requirement is unrestricted. The NAICS Code for this synopsis/solicitation is 221119, the firm is small if, including its affiliates, it is primarily engaged in the generation, transmission, and/or distribution of electric energy for sale and its total electric output for the preceding fiscal year did not exceed 4 million megawatt hours. Solicitation/Purchase Request number F2KBAB0126A001 is issued as a Request for Proposal. This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-44 effective 08 July 2010. The Government intends to award one contract for a Solar Panel "Sun Catcher" at Kirtland Air Force Base, NM. CLIN 0001: One (1) Solar Panel, "Sun Catcher" CLIN 0002: Option to Provide One (1) Year Technical Support FOB: Destination INSPECTION AND ACCEPTANCE: Destination The following provisions and clauses apply to this procurement: FAR 52.204-4, Printed or Copied Double-Sided on Recycle Paper; FAR 52.204-7, Central Contractor Registration; FAR 52.212-1, Instructions to Offerors-Commercial Items. FAR 52.212-2, Evaluation - Commercial Items. In accordance with the FAR 13.106-1(a)(2) offerors are notified that award will be made on the basis of best value. Quotes received in response to subject request for proposal (RFP) shall be evaluated for technical acceptability and best value. Technically acceptable offers must meet all minimum specifications but offers which exceed minimums may be rated more favorably. The Government will not, however, pay an unreasonable amount for additional technical capability and will compare any additional capability to any additional price. Since the Government is interested in obtaining the best overall value, award may not go to the lowest overall price if any factors considered justify a higher price. Notwithstanding that technical capability is more important than price, should all offers appear equal, price will become the determining factor in the award decision. If all acceptable offers are equally acceptable, award shall be made to the lowest offeror. Offeror will be evaluated in accordance with FAR 13.106-2. FAR 52.212-3, Offeror Representations and Certification-Commercial Items (all offerors shall include a completed copy of this provision with their proposal); An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates 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; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, [in paragraphs (b) and (c) the following clauses apply: 52.203-6, 52.203-6 Alt I, 52.204-10, 52.219-6, 52.219-6 Alt II, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.223-9, 52.225-13, 52.232-33; FAR 52.219-1, Small Business Program Representations; FAR 52.219-1 Alt I; FAR 52.252-1 Solicitation Provisions Incorporated by Reference; FAR 52.252-2, Clauses and provisions incorporated by reference. Clauses and provisions may be accessed in full text at http://farsite.hill.af.mil/; DFAR 252.204-7004 Alt A, Central Contractor Registration; DFAR 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; DFAR 252.211-7003 Alt 1, Item Identification and Valuation; DFAR 252.212-7000, Offeror Reps & Certs-Commercial; DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, in paragraphs (b) and (c) the following clauses apply: 52.203-3, 252.225-7001, 252.225-7002, 252.225-7012, 252.227-7015, 252.227-7037, 252.232-7003, 252.243-7002, 252-247-7023; FAR 52.242-13, Bankruptcy; DFAR 252.225-7000, Buy American-Balance of Payments Program Certificates; DFAR 252.232-7010, Levies on Contract Payments; DFAR 252.247-7022 Representation of Extent of Transportation by Sea. All payments are to be paid via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number of invoice will be required to inquire status of your payment. All proposals are due no later than Friday, 30 July 2010 at 12:00 PM MST (Mountain Standard Time). Quotes may be E-mailed (preferred) to bernadette.kerkhoff@kirtland.af.mil or mailed to AFNWC/PKOA formally 377th CONS, ATTN: Bernadette N. Kerkhoff, 2000 Wyoming Blvd SE, Bldg. 20604, Room B-22, Kirtland AFB, NM 87117, or faxed to (505) 846-8925 ATTN: Bernadette N. Kerkhoff. MANDATORY SITE VISIT: Be advised that all interested parties must attend the site visit scheduled for 16 July 2010 at 9:00 AM MST (Mountain Standard Time) if interested in providing a proposal. Please contact Bernadette N. Kerkhoff at (505) 846-4670, no later than 15 July 2010 at 12:00 PM MST (Mountain Standard Time), if you plan on attending.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/377CONSKOC/F2KBAB0126A001/listing.html)
 
Place of Performance
Address: 2000 Wyoming Blvd SE, Bldg. 20604 Room B-14, Kirtland AFB, New Mexico, 87117, United States
Zip Code: 87117
 
Record
SN02200628-W 20100711/100709234744-49d56436a741ea12de90be98c1f316df (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.