Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2010 FBO #3191
SOLICITATION NOTICE

59 -- Auxiliary Battery Module

Notice Date
8/18/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423610 — Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 452 Operational Contracting Office, 1940 Graeber Street, Bldg 449, March ARB, California, 92518-1650, United States
 
ZIP Code
92518-1650
 
Solicitation Number
FA46640222A001
 
Point of Contact
Jason E. McCook, Phone: 9516555298
 
E-Mail Address
jason.mccook@us.af.mil
(jason.mccook@us.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 the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number FA46640222A001 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43, Effective 02 August 2010 and the Defense Federal Acquisition Regulations (DFARS) change notice 20070913. It is the contractors' responsibility to be familiar with applicable clauses and provisions. This acquisition is for 452nd Operational Contracting Office at March Air Reserve Base, CA. This acquisition is being issued as a 100% small business set aside solicitation. The North American Industrial Classification System Code is 423610 with a small business size standard of 100. The following part numbers are to be quoted as exact match or equal. The government intends to issue a firm fixed price purchase order for the following line items: CLIN 0001: 20 Each - Part #SYBT4 - APC Battery String for Symmetra PX (4 battery module), CLIN 0002: 2 Each - Part #SYMIM4 - Symmetra PX 3-Phase Intelligence Module, CLIN 0003: 1 Each - Part #AP9630 - UPS Network Management Card 2, CLIN 0004: 1 Each - Preventative Maintenance Service (Labor to replace batteries, Intelligence modules and management card), CLIN 0005: 1 Each - Disposal/Haul away of existing agency batteries, CLIN 0006: 1 Each - Freight - 30 days delivery ARO to March ARB, CA 92518-1650. QUOTATION PREPARATION INSTRUCTIONS: To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The response shall consist of two sections: (1) price and (2) proof of technical acceptability. BASIS FOR AWARD: This is a competitive, lowest technically acceptable acquisition utilizing simplified procedures. For quotations determined technically acceptable, a price fair and reasonable determination will be made. An offeror will be determined technically acceptable if no exception is taken to Statement of Requirements for CLIN 0001, 0002, 0003, 0004, 0005 and 0006. Award will be based on technical acceptability and price. Each offeror's quoted price will be evaluated for reasonableness. Price will always be an important factor; therefore, offerors should make diligent efforts to control costs and submit fairly priced quotes. After evaluating price and technical acceptability, award may be made to other than the low offeror, when the contracting officer determines it to be in the Government's best interest. The provision at FAR 52.212-1, Instructions to Offerors, Commercial Items (Jun 2008), applies to this acquisition and is addended to delete paragraphs (e) Multiple offers and paragraph (h) Multiple Awards. Submit proposals via email or facsimile to the information below. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2009), FAR 52.212-3 Alternate I, Offeror Representations and Certifications-Commercial Items Alternate I (Apr 2002) at https://orca.bpn.gov. The FAR clause, 52.212-4, Contract Terms and Conditions-Commercial Items (Jun 2010) applies to this acquisition and is addended to add the following FAR clauses: 52.204-7, Central Contractor Registration (Apr 2008). The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jul 2010), applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable: 52.232-33, Payment by Electronic Funds Transfer/ Central Contractor Registration (Oct 2003). The FAR clause at 52.219-6, Notice of Total Small Business Aside (June 2003) applies to this acquisition. The clause at 52.225-11, Buy American Act--Construction Materials Under Trade Agreements (Aug 2009) applies to this acquisition. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2010) applies to this acquisition and specifically the following additional DFAR clauses under paragraphs (a) and (b), 252.232-7003, Electronic Submission of Payment Requests (Mar 2008). To be considered for this award, Offerors must be registered in the Central Contractor Registration (CCR) database at www.ccr.gov and Wide Area Work Flow (WAWF) database at http://wawf.eb.mil prior to award. Lack of registration will make an Offeror ineligible for award. This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.far.gov/. All quotes must be for all items stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. Award will be made (all or none) to one vendor. Responses/Offers are due 3:00 pm PST on 27 Aug 2010. Submit written quotes; oral quotes will not be accepted. Quotes may be submitted via fax or e-mail. All proposals must be faxed to (951) 655-3772 attn: Jason McCook, e-mailed to jason.mccook@us.af.mil (subject: FA46640222A001), or mailed to 1940 Graeber St., Bldg 449, March ARB,CA 92518-1650. Quotations must meet all instructions put forth in this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/452LSSLGC/FA46640222A001/listing.html)
 
Place of Performance
Address: 452 MXG/LGQR, 2350 graeber Street, Bldg 356, March ARB CA 92518-1650, March ARB, California, 92518-1650, United States
Zip Code: 92518-1650
 
Record
SN02245047-W 20100820/100818235127-206b0b7d2be9193e57850a7817de471b (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.