Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2010 FBO #3198
SOLICITATION NOTICE

42 -- 184th Smoky Hill Wild Land Firefighting Trailer - Smoky Hill Wild Land Firefighting Trailer Specs

Notice Date
8/25/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423850 — Service Establishment Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Army, National Guard Bureau, 184 ARW/MSC, 52955 JAYHAWK DRIVE, SUITE 153, McCONNELL AFB, Kansas, 67221-9013, United States
 
ZIP Code
67221-9013
 
Solicitation Number
F7VGSM0224A001
 
Archive Date
9/25/2010
 
Point of Contact
NEIL A WALLER, Phone: 3167597589, Darin L Brun, Phone: 3167597591
 
E-Mail Address
neil.waller@ang.af.mil, darin.brun@ang.af.mil
(neil.waller@ang.af.mil, darin.brun@ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Smoky Hill Wild Land Firefighting Trailer Specs This is a combined synopsis/solicitation for commercial items 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 written solicitation will not be issued. This solicitation, F7VGSM0224A001, is being issued as a Request for Quote (RFQ). Submit written offers only, oral offers will not be accepted. This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-44 and through Department of Defense Acquisition Regulation Change Notice 20100820. It is the contractor's responsibility to be familiar with applicable clauses and provisions. This procurement is being issued as 100% Small Business Set-Aside in accordance with FAR 19.502-2. North American Industrial Classification Standard: 423850; Small Business Size Standard: 100 employees. Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). The 184 IW Kansas Air National Guard Smoky Hill ANG Bomb Range (KSANG) has a requirement to obtain the following item: CLIN 0001: 1 each: New Wild Land Firefighting aluminum trailer with mounted tank & skid. See attachment for detailed trailer and additional equipment specifications. All offers will be evaluated in accordance with FAR PART 12.6 and FAR PART 13. Offers will be evaluated on price, technical capability and past performance. Interested vendors are required to submit separate pricing and technical proposals. Technical proposals will include a 3 dimensional drawing indicating your placement of equipment on the aluminum trailer. The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation. Vendors are required to provide a minimum of three references for previously built Wild Land Firefighting trailers or similar type of project. References are preferred in the following order: DOD, Federal, State or Local Government. References must include point of contact to include name and phone number of individuals that may be called to verify past performance at the Government's discretion. (FOB-Destination for delivery to: Smoky Hill ANG Bomb Range, 8429 West Farrelly Road, Salina, Ks 67401-9407. Delivery NLT 90 day ARO. The Government requires that all contractors doing business with this agency must be registered in the Central Contractors Registration (CCR). No award can be made to a company not registered in CCR. For additional information and to register in CCR, please access the following web site: www.bpn.gov. In order to register, all firms must have a Dunn & Bradstreet Number. A Dunn & Bradstreet number may be acquired free of charge by contacting Dunn & Bradstreet on-line at https://www.dnb.com or by phone at (800) 333-0505. The following clauses are applicable to this acquisition: FAR 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; FAR 52.212-1, Instructions to Offers-Commercial Item and any addenda to the provisions; FAR 52.212-3 Offeror Representations and Certifications Commercial Items FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, applies to this acquisition. Complete only paragraph (j) of this provision if the annual representations and certificates have been completed electronically at http://orca.bpn.gov. If the annual representations and certifications has not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed (offerors must submit a complete copy with their offers. Documentation can be completed at https://orca.bpn.gov/). 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; DFARS 252-212-7001 (Dev) Contract Terms, Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; FAR 52.204-7, Central Contractor Registration; FAR 52.219-6, Notice of Small Business Set-Aside; FAR 52.219-28, Post-Award Small Business Program Re-representation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action's for Workers with Disabilities; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases; DFARS 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.225-7002 Qualifying Country Sources as Subcontractors FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.232-36, Payment by Third Party; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.252-2, Clauses Incorporated by Reference; DFARS 252.203-7000, Requirements Relating to Compensation of former DOD Officials; DFARS 252-203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7004, Required Central Contractor Registration, Alternate A; DFARS 252.211-700, Reporting of Government-Furnished Equipment in the DOD Item Unique Identification (IUID) Registry; DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252-232-7010, Levies on Contract Payments; DFARS 252.246-7000, Material Inspection and Receiving Report; and DFARS 252.247-7023, Transportation of Supplies by Sea Alternate III; All quotes/responses should be received no later than 4:00 P.M., Central Time, 10 September 2010. All questions and inquiries must be submitted in writing by fax (316) 759-7588 or email (neil.waller@ang.af.mil); no phone inquiries will be accepted. CONTACT INFORMATION: -Primary Point of Contact neil.waller@ang.af.mil 316-759-7589 -Secondary Point of Contact darin.brun@ang.af.mil 316-759-7591
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA14-2/F7VGSM0224A001/listing.html)
 
Place of Performance
Address: KSANG, Det 1 184th IW, Smoky Hill ANG Range, 8429 West Farrelly Road, Salina, Kansas, 67401, United States
Zip Code: 67401
 
Record
SN02255027-W 20100827/100825235906-00cf566eca1df0072ed7be35b3e0e302 (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.