Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2010 FBO #3186
SOLICITATION NOTICE

23 -- Aerospace Ground Service Cart (Handifueler or equal)

Notice Date
8/13/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333913 — Measuring and Dispensing Pump Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
F2XTB90177A001
 
Archive Date
8/20/2010
 
Point of Contact
Toshiro Toyama, Phone: 334-953-8083, Deborah A Downey, Phone: 334-953-6113
 
E-Mail Address
toshiro.Toyama@maxwell.af.mil, deborah.downey@maxwell.af.mil
(toshiro.Toyama@maxwell.af.mil, deborah.downey@maxwell.af.mil)
 
Small Business Set-Aside
N/A
 
Description
GENERAL INFORMATION The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg 804, Maxwell AFB, AL has a requirement to purchase items as described in the Schedule of Supplies/Services. This is a streamlined 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 notice. A written solicitation will not be issued. This requirement is issued as a request for quote (Reference-Number F2XTB90177A001). The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-43 (2 Aug 2010) and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20100810 It is the contractor's responsibility to become familiar with applicable clauses and provisions. A Firm Fixed Priced Award will be made in accordance with the following the Schedule of Supplies: NAICS Code:333913; size standard: 500 employees The Defense Priorities and Allocations System rating is C9E. IMPORTANT NOTE: THE GOVERNMENT IS SOLICITING FOR "OPEN MARKET" QUOTES ONLY. GENERAL SERVICES ADMINISTRATION (GSA) QUOTES WILL NOT BE CONSIDERED. NATURE OF ACQUISITON: 908th Air Wing has a requirement to purchase Handifueler AGE Equipment AGE600S-12v or equal. The Schedule of Supplies/Services provides all items and quantities required. This procurement will be awarded under Simplified Acquisition Procedures. SCHEDULE OF SUPPLIES/SERVICES: Brand Name or Equal This acquisition is for the purchase of the following items CLIN 0001: Aircraft Ground Equipment Fueling/ Handifueler cart system or equal Model number: AGE 600S-12V or equal MFR: Spokane Industries Description: For use in servicing, fueling and defueling Air To Ground equipment (AGE Must include the following features: - 600 Gallon double wall tight wrap T304 stainless steel tank - On Board storage space for AGE equipment oil, hydraulic fluid and anti-freeze - Fuel delivery system - 12VDC driven fuel pump capable of producing at the nozzle end 12 Gallons per Minute - Defueling system is capable of producing at the wand end 10 Gallons per Minute - Simple Select fuel/defuel function valve - 1", 35' fuel hose on a retractable hose reel - 10 Gallon, 125 PSI, pressurized air bottle - 20 foot air hose with Shrader filling nozzle and retracble reel for AGE tire inflation - Open Pump Platform - Lockable top manway and fill port prevents fuel contamination - Sealed low energy LED lighting, runs cool around fuel vapors - Emergency kill E-stop Button for comoplete shutdown of pump - Bonding clamp and cable to elimnate static potential - Overzied universl spill kit response kit QUOTATION PREPARATION INSTRUCTIONS To ensure timely and equitable evaluation of quotes, offerors must comply with the following instructions. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. a. The offeror must accede to all solicitation requirements, including technical, and the terms and conditions by submitting the following statement with your response to this solicitation: "I accede to all of the requirements of this synopsis/solicitation, including specifications (CLINs 0001), and terms and conditions." b. Offerors must include a completed copy of the provision at FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items and DFARS 252.225-7035, Buy American Act Certificate with quotation. c. Offerors must provide a unit price and extended price for all items referenced in the "SCHEDULE OF SUPPLIES/SERVICES". d. Interested parties capable of providing the requirement must submit a written quote to include discount terms, tax identification number, cage code, and DUNS. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Central Contractor Registration (CCR) database, no exceptions. To register, please visit http://www.ccr.gov or by calling 1-888-227-2423. IMPORTANT NOTE: Multiple Offerors nor Multiple Awards will be considered. A single award will be made in the resultant contract. BASIS FOR AWARD Award will be based on technical acceptability and price. The offeror by acceding to all of the requirements of this synopsis/solicitation, including specifications (CLINs 0001), and terms and conditions will be determined by techincal. Award will then be based on price. IMPORTANT NOTE: This is a BRAND NAME or equal. The Brand requested is Handifueler; products that are equivalent and can meet the given description will be acceptable. CONTRACT TERMS AND CONDITIONS: The following clauses apply: By reference: 52.204-7: - Central Contractor Registration 52.212-4 -- Contract Terms and Conditions -- Commercial Items 252.204-7004, Alternate A By Full Text: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, and the following additional FAR clauses under paragraph (b) are applicable: 52.219-28, Post Award Small Business Program Rerepresentation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 252.225-7002 - Qualifying Country Sources As Subcontractors DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders applies to this acquisition, and specifically the following clauses under paragraphs (a) and (b) are applicable: 252.203-7000, Requirements Relating to Compensaton of Former DOD Officials 252.225-7036, Buy American-Free Trade Agreement-Balace of Payments Jul 2009 Program 252.232-7003, Electronic Submission of Payment Requests 252.247-7023, Alt III, Transportation of Supplies by Sea 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 (es): http://farsite.hill.af.mil (End of clause) AFFARS 5352.201-9101 Ombudsman (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) MAXWELL 114 REQUIRED POSTERS (>$10K) (FEB 2003) Please utilize the following website to access and download as appropriate EEO posters, Service Contract posters, and disability posters required in accordance with 52.222-26, 52.222-41, and 52.222-36 respectively. http://www.dol.gov/osbp/sbrefa/poster/main.htm (End of Clause) Maxwell 119 WAWF-ELECTRONIC SUBMISSION OF INVOICE JAN 2007 Reference DFAR Clause 252.232-7003 "ELECTRONIC SUBMISSION OF PAYMENT REQUESTS." Invoices shall be submitted and accepted using Wide Area Workflow (WAWF) web-based system at https://wawf.eb.mil. For information on WAWF including web-based training, visit the web-site and click on "About WAWF". The web-site also contains detailed instructions for setting up your computer to achieve the best results with the system. If you have additional questions contact the WAWF-RA Customer Helpdesk at (866) 618-5988, Option 2 The following information codes will be required to submit your invoices correctly through WAWF: SELECT TYPE OF INVOICE: Contract Specialist/Administrator select only one (1) of the following: 1 Invoice and Receiving Report (Combo) (Creates two documents, an Invoice and a Receiving Report, within one data entry session (Combo). Creating both documents at the same time, rather than separately, is recommended. 0 Construction Invoice (Creates a Construction Payment Invoice from a contract for construction. Both an Inspector and a Contracting Officer must review and accept). Contract Number: Block 2 of the SF1449 Form (If this is a GSA Delivery Order award, enter the GSA NUMBER) Delivery Order: Block 4 of (Order Number) of SF1449 No Dashes - (if applicable) Pay DoDAAC: Block 16a (Payment will be made by) of SF1449 - Pay DoDAAC code is used to route documents to the Defense Finance Accounting office responsible for payment. The accounts payable mailing address can be located in Block 18a of SF1449. You can easily access payment information using the DFAS web site at http://www.dod.mil/dfas. Your contract/purchase order number or invoice will be required to inquire status of your payment. Issue by DoDAAC: Block 9 (Issued by) of SF1449. Contracting office that issued your contract - WAWF uses the code to route the document to the base. Admin DoDAAC: Block 16 (Administered by) of SF1449) Ship-To Code: Block 15 (Deliver To) of SF1449 - This is a crucial piece of information. It will be different for almost every contract issued. Ship-From Code: Not a required field for Air Force contracts. Inspected by DoDAAC: Block 15 (Deliver to) of SF1449 - If an inspection is called for in the document, then you must provide the DoDAAC/Ext this code identifies the inspector. Service Acceptor: Block 15 (Deliver to) of SF1449 - It is used to route documents to receiving service acceptor in WAWF. LPO DoDAAC/Ext: Not a required field for Air Force contracts. ADDITIONAL E-MAIL NOTIFICATIONS: The VENDOR and the DFAS Office will automatically receive a notice; after clicking SUBMIT WAWF will prompt for additional email submissions. The following E-Mail addresses MUST be input in order to prevent delays in processing: Receiver/Acceptor: Cathy.Britt@maxwell.af.mil Contract Specialist: Toshiro.Toyama@maxwell.af.mil Contracting Officer: Deborah.Downey@maxwell.af.mil In addition to the requirement of this local clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. (End of Clause) The following provisions apply: FAR 52.212-1, Instructions to Offerors, Commercial Items (Jan 2004), applies to this acquisition and is addended to delete paragraphs (e) Multiple offers and paragraph (h) Multiple Awards. FAR 52.212-3, ALT 1 Offerors are reminded that Representations and Certifications are maintained at the following website: http://orca.bpn.gov/publicserach.aspx. In the event Representations and Certifications are not on file, Offerors must include a completed copy of the provisions at FAR Part 52 or on-line at http://farsite.hill.af.mil. DFARS 252.225-7000 Buy American Act - Balance of Payments Program Certificate FAR 52.252-1 -- Solicitation Provisions 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 address: http://farsite.hill.af.mil. (End of Provisions) IMPORTANT NOTE: All product items sold to the Government should be properly marked with manufacturer's name and part number. Responses to this notice shall be provided in writing via e-mail to: 2d LT Toshiro J. Toyama, at Toshiro.Toyama@maxwell.af.mil. All inquiries/responses to this notice must be received by 19 Aug 2010, 4:00 p.m Central Daylight Savings Time (CDST). Email is the preferred method. Points of Contact: 2d LT Toshiro J. Toyama, Contract Specialist, Phone (334) 953-8083.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/F2XTB90177A001/listing.html)
 
Record
SN02240907-W 20100815/100814000529-0ca73b0a6c7201a286d7eb61353cdf7b (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.