Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2010 FBO #3214
SOLICITATION NOTICE

42 -- Equipment for P-30 Rescue Vehicle - Brand Name Letter - RFQ

Notice Date
9/10/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423850 — Service Establishment Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 316th CONS, 1535 Command Drive, Andrews AFB, Maryland, 20762-6500
 
ZIP Code
20762-6500
 
Solicitation Number
F1D3260215A003
 
Point of Contact
Aaron P. Gravelle, Phone: 3019811949, Anke Taylor, Phone: 301-981-1237
 
E-Mail Address
aaron.gravelle@afncr.af.mil, anke.taylor@afncr.af.mil
(aaron.gravelle@afncr.af.mil, anke.taylor@afncr.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ Brand Name Letter 1. 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 this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 2. Solicitation number F1D3260215A003 is issued as a request for quotation (RFQ). 3. All firms or individuals responding must be registered with the Central Contractor Registration (CCR), which can be found at http://www.ccr.gov/. 4. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-44. This is a 100% Small Business Set-Aside. The NAICS code is 423850 and the small business size standard is 100 Employees. 5. This RFQ is issued under simplified acquisition procedures. 6. This solicitation contains four line items: CLIN 0001 - Fire Rescue Saw 16" - 2 each; CLIN 0002 - Handlelok tool mount - 100 each; CLIN 0003 - Turtles Tiles - 300 each; CLIN 0004 - Piercing Applicator 3' - 5 each; CLIN 0005 - Rescue 42 Shark collapsible step chock large - 4 each; CLIN 0006 - Rescue 42 Shark collapsible step chock small - 4 each; CLIN 0007 - Rescue 42 RESCUE advanced Kevlar strut kit - 2 each; CLIN 0008 - Hurst S700 E Edraulic Cutter - 1 each; CLIN 0009 - Hurst R 411 E Edraulics Ram - 1 each; and CLIN 0010 - Hurst SP 300 E Edraulic Spreader - 1 each.  NOTE: Reference the attached RFQ for detailed descriptions. 7. FOB Destination for delivery to 316 CES/CEF, Building 1287, Andrews AFB MD 20762. To be delivered no later than 30 days after contract award. 8. The provision at FAR 52.212-1, Instructions to Offerors, applies to this acquisition. Multiple offerors and awards are hereby deleted from this solicitation. All quotes must be for all items, as stated, partial quotes will not be considered. Award will be made to a single vendor. 9. The provision at FAR 52.212-2, Evaluation of Commercial Items applies. Quotes will be evaluated on price related factors only. 10. Offerors must submit a completed copy of the provision at FAR 52.212-3, "Offeror Representations and Certifications - Commercial Items" with its offer, and/or have completed the annual representations and certifications electronically at https://orca.bpn.gov/. FAR 52.212-3 can be downloaded from the internet at http://farsite.hill.af.mil/. Offerors that fail to furnish the required representations information, or reject the terms and conditions of the solicitation, may be excluded from consideration. 11. All FAR clauses and provisions incorporated by reference may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The following clauses are applicable to this acquisition: FAR 52.204-7, Central Contractor Registration; FAR 52.212-4,Contract Terms and Conditions-Commercial Items; FAR 52.212-5 (DEV), Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25, Affirmative Action Compliance; FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.219-1, Small Business Program Representations; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-8, Utilization of Small Business Concerns; 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; FAR 52.222-36, Affirmative Action for Workers With Disabilities; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.252-6, Authorized Deviations in Clauses; FAR 52.233-4, Applicable Law for Breach of Contract Claim. The clause at DFARS 252.212-7000, Offeror Representations and Certifications--Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition, and specifically the following clauses under paragraph (b) are applicable: 252.225-7001, Buy American Act and Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.232-7010, Levies on Contract Payments; 252.204-7004, Required Central Contractor Registration and 252.247-7023, Transportation of Supplies by Sea. The following AFFARS clauses apply to this acquisition: 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances and 5352.242-9000 Contractor Access to Air Force Installations. The following local clauses apply to this acquisition: 316CONS-004, Environmental Compliance; 316CONS-007, Personnel Security Requirements; 316CONS-010, WAWF Instructions and 316CONS-011, OMBUDSMAN. 12. If interested, e-mail your quote to the POC stated herein. 13. Quotations must be received no later than 12:00 PM EST 17 September 2010 using the attached RFQ format. The Government prefers that all offers are e-mailed to the point-of-contact below with solicitation number (F1D3260215A003) and contractor name listed in the subject block. Facsimile quotes will not be accepted. 14. The Government Primary point-of-contact is Mr. Aaron Gravelle. Commercial: 301-981-1949 (aaron.gravelle@afncr.af.mil) and the secondary P.O.C is Mrs. Anke Taylor. Commercial: 301-981-1999 (anke.taylor@afncr.af.mil).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/F1D3260215A003/listing.html)
 
Place of Performance
Address: Joint Base Andrews Naval Air Facility Washington, Andrews AFB, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN02277082-W 20100912/100911000452-c54d9bd191b93819048950535aeb6b22 (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.