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

58 -- WARRIOR PAK BATTERY BOX KIT,CHARGER,CABLES

Notice Date
7/9/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335911 — Storage Battery Manufacturing
 
Contracting Office
124WG MSG/MSC, Boise Air Terminal, 4460 South Byrd ST, Boise, ID 83705-8092
 
ZIP Code
83705-8092
 
Solicitation Number
W912J7-10-T-0005
 
Response Due
7/23/2010
 
Archive Date
9/21/2010
 
Point of Contact
Tracy Stephens, 208-422-5270
 
E-Mail Address
124WG MSG/MSC
(tracy.stephens@ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. 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. The solicitation number is W912J7-10-T-0005 and is issued as a request for quote (RFQ). All Quotes shall reference the RFQ number. Request for Quotes are due by 23 July 2010, 12:00 p.m. Mountain Standard Time. The anticipated award date is 30 July 2010. This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular FAC 2005-40 dated 22 Apr 2010. The RFQ will result in a firm fixed price contract. This solicitation is 100% set-aside for small business. Only qualified offerors may submit quotes. The North American Industry Classification System (NAICS) code for this acquisition is 335911 with a small business size standard of 500 employees. The 124TH Contracting Office of the Idaho Air National Guard is soliciting quotes to procure the following supply or service. Each CLIN should be priced as each and then multiplied by required quantity for a total. DescriptionQTY CLIN 0001WARRIOR PAK #BBK703-02 BATTERY BOX 7 CLIN 0002WARRIOR PAK #BBR-02 BATTERY BOX TO TOP OF RUCK 7 CLIN 0003WARRIOR PAK 1.8 NEIS30-02 BATTERY BOX CHARGER 7 CLIN 0004WARRIOR PAK HG-02 SOFLAM CABLE 7 CLIN 0005WARRIOR PAK YK-02 SPLINTTER CABLE 7 **** Must be exact items **** Delivery and acceptance shall be Idaho Air National Guard, ATTEN: MSgt. Tracy Stephens, 4460 S. Byrd Street, Bldg 503, Boise, Idaho 83705. Delivery schedule is 60 days after award. Note: This equipment is being used in conjunction with and existing system, and to ensure compatibility, no Brand Name substitutions are authorized. New products only, no used, no refurbished. FAR 52.212-1 Instructions to Offerors, Commercial. FAR 52.212-2 EvaluationCommercial Items. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price and Technical. Technical is significantly less important than price. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding agreement without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government intends to evaluate quotes and award one contract without discussions with Offerors (except clarifications as described in FAR 15.306(a)). Therefore, the Offerors initial quote should contain the Offerors best terms from a price standpoint. The Government reserves the right to conduct discussions, if the Contracting Officer later determines them to be necessary. The Government reserves the right to award on an all or nothing basis. A questions and answer document will be posted on FedBizOpps, if necessary. Any interpretations made will be in the form of an amendment of the solicitation and will be posted on FedBizOpps. Explanations or instructions given in a form other than an amendment to the solicitation shall not be binding. Submit questions by email to the contracting office at the addresses shown below: Idaho Air National Guard 124th WG Contracting Subject Line: Warrior Pak W912J7-10-T-0005 Email: Tracy.Stephens@ang.af.mil All information relating to this synopsis/solicitation, including pertinent changes/amendments and information prior to the date set for receipt of quotes will be posted on the FedBizOpps website. Though every effort will be made to provide email notification when a change is posted, such notification is NOT guaranteed and should not be expected. All combined synopsis/solicitation amendments must be acknowledged in accordance with FAR Clause 52.212-1 Instructions to Offerors, Commercial. No questions regarding this requirement will be addressed after 20 July 2010. One award will be made to the qualified offeror deemed responsible in accordance with the Federal Acquisition Regulation (FAR), whose quote is most advantageous to the Government. To arrive at a decision this acquisition will utilize the FAR Part 12.302 Streamlined evaluation of offers. Technical Evaluation: The technical evaluation will consist of offeror proposed supplies meet exactly what the Government is requesting in CLINs 0001 through 0005 since product substitution is not authorized. Quotes which do not meet the Governments requirements will be considered non-compliant and not considered. Price Evaluation: The purpose of the Price evaluation is to provide an assessment of the reasonableness and realism of the proposed price/cost in relation to the solicitation requirements. Quotes will be evaluated in the following manner: Reasonableness will be determined IAW FAR 13.106-3. The Total Evaluated Price will be formulated as follows: FOR CLIN 0001 through CLIN 0005 the Contracting Officer shall add the total prices together to develop the TEP. The offerors must be registered on the Central Contractors Registration database (CCR). Information concerning CCR requirements may be viewed via the Internet at http://ww.ccr.gov or by calling the CCR registration centers at 1-888-227-2423. Only contractors who are registered in the CCR can be awarded a contract. Offerors must have electronic funds transfer (EFT) capability. Offeror quotes shall be valid for a minimum of 30 days to be acknowledged. FAR 52.212-3 (Alt 1), Offerors Representations and Certifications, Commercial Items (Offerors shall include a completed copy as part of their quote or a completed registration on the ORCA website (https://orca.bpn.gov/login.aspx), 52.212-4 Contract Terms and ConditionsCommercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders with the following clauses incorporated: 52.222-50 Combating Trafficking in Persons., 52.233-3 Protest after Award., 52.233-4 Applicable Law for Breach of Contract Claim, 52.203-6 Alt. I Restrictions on Subcontractor Sales to the Government, 52.219-8 Utilization of Small Business Concerns (DEVIATION), 52.219-9 Small Business Subcontracting Plan (DEVIATION), 52.219-28 Post-Award Small Business Program Representations, 52.222-3 Convict Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans Veterans of the Vietnam Era and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans Veterans of the Vietnam Era and Other Eligible Veterans, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds TransferCentral Contractor Registration., 52.237-11 Accepting and Dispensing of $1 Coin. Additional FAR and DFAR clauses are applicable to this acquisition. 52.202-1 Definitions, 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions., 52.203-12 Limitation on Payments to Influence Certain Federal Transactions., 52.204-4 Printed or Copied Double-Sided on Recycled Paper., 52.204-7 Central Contractor Registration., 52.209-6 Protecting the Governments Interests when Subcontracting with Contractors Debarred Suspended or Proposed for Debarment, 52.212-1 Instructions to OfferorsCommercial Items by reference, 52.212-2 EvaluationCommercial Items or other description of evaluation factors for award, 52.212-3 Offeror Representations and CertificationsCommercial Items, 52.212-4 Contract Terms and ConditionsCommercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statutes and Executive orders,, 52.219-1 Alternate I Small Business Program Representations, 52.219-14 Limitations on Subcontracting, 52.222-22 Previous Contracts and Compliance Reports, 52.222-25 Affirmative Action Compliance, 52.229-3 Federal State and Local Taxes, 52.232-23 (Alt I) Assignment of Claims., 52.233-1 (Alt I) Disputes., 52.242-13 Bankruptcy, 52.249-8 Default (Fixed-Price Supply and Service)., 52.252-1 Solicitation Provisions Incorporated by Reference., 52.252-5 Authorized Deviations in Provisions., 52.252-6 Authorized Deviations in Clauses. 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, 252.204-7004 Alternate A Central Contractor Registration, 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country, 252.212-7000 Offeror Representations and Certifications--Commercial Items., 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 52.203-3 Gratuities, 252.203-7000 Requirements Relating to Compensation of Former DoD Officials., 252.219-7003 Small Business Subcontracting Plan (DoD Contracts) (DEVIATION), 252.225-7001 Buy American Act and Balance of Payments Program, 252.225-7012 Preference for Certain Domestic Commodities, 252.226-7001 Utilization of Indian Organizations Indian-Owned Economic Enterprises and Native Hawaiian Small Business Concerns, 252.232.7003 Electronic Submission of Payment Requests and Receiving Reports, 252.243-7002 Requests for Equitable Adjustment, 252.247-7023 Transportation of Supplies by Sea, 252.225-7000 Buy American ActBalance of Payments Program Certificate, 252.225-7035 Buy American ActFree Trade AgreementsBalance of Payments Program Certificate, 252.225-7036 Buy American ActFree Trade AgreementsBalance of Payments Program, 252.232-7010 Levies on Contract Payments, 252.243-7001 Pricing of Contract Modifications, 252.247-7022 Representation of Extent of Transportation by Sea The following additional clauses and provisions are added in full text: 52.233-2 Service of Protest (a) Protests, as defined in section 31.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Office of Chief Counsel Attn: NGB Protest Decision Authority 1411 Jefferson Davis Highway Jefferson Plaza 1 Suite 11300 Arlington, Virginia 22202-3231 FAX 703-607-3684 or 3682 OR USPFO for Idaho Attn: Purchasing and Contracting, Jerry DeWeerd 3489 W. Harvard Boise, Idaho 83705 The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. Only written protests will be considered. No protest may be filed by electronic mail. 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address: http://farsite.hill.af.mil Quotes are due at 12:00pm Mountain Standard Time on 22 July, 2010. Failure to furnish a complete quote, at the time of quote submission, may result in the quote being unacceptable to the government; and be eliminated from consideration for award. Sign and date your quote, then submit to (electronic email is acceptable, fax is not acceptable): Idaho Air National Guard 124th Contracting ATTEN: MSgt Tracy Stephens 4460 S. Byrd, Bldg 503 Boise, ID 83705 Tracy.Stephens@ang.af.mil Anticipated Award Date: 30 July 2010
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA10-1/W912J7-10-T-0005/listing.html)
 
Place of Performance
Address: 124WG MSG/MSC Boise Air Terminal, 4460 South Byrd ST Boise ID
Zip Code: 83705-8092
 
Record
SN02201243-W 20100711/100709235309-83ee75586512082d2b613e57a26c1501 (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.