Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 05, 2010 FBO #3298
SOLICITATION NOTICE

J -- Maintenance and Service of Transfluid Mandrel Bending Machine Model DB 630ST

Notice Date
12/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333513 — Machine Tool (Metal Forming Types) Manufacturing
 
Contracting Office
158 FW/MSC, 45 NCO Drive, Suite A, South Burlington, VT 05403-5867
 
ZIP Code
05403-5867
 
Solicitation Number
W912LN11T0001
 
Response Due
12/15/2010
 
Archive Date
2/13/2011
 
Point of Contact
Brian Dusablon, 802-660-5361
 
E-Mail Address
158 FW/MSC
(brian.dusablon@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. Solicitation W912LN-11-T-0001 is hereby issued as a Request For Quote (RFQ). The RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-46. This RFQ is set aside 100% for small businesses. The associated North American Industrial Classification System (NAICS) code for this procurement is 333513 with a business size standard of 500 employees. Firm Fixed Price Quotes are being solicited for the following: Maintenance and Service of Transfluid Mandrel Bending Machine Model DB 630ST; Replace existing dies with dies actually designed for this machine as follows: "OD "CLR, "OD "CLR, 5/16"OD 5/8"CLR, 5/16"OD 5/16"CLR, 3/8"OD 1-7/8"CLR, 3/8"OD "CLR, 3/8"OD 1-1/8"CLR, "OD 1"CLR, "OD 1-1/2"CLR, 5/8"OD 1-1/4"CLR, 5/8"OD 1-7/8"CLR, "OD 1-1/2"CLR, "OD 2-1/4"CLR, 1"OD 2"CLR, 1"OD 3"CLR, 1-1/8"OD 2-1/4"CLR, 1-1/8"OD 3-3/8"CLR. Shorten overall length of the bender from 15 feet to 10 feet. Overall cleaning and servicing of machine to include protractor head for preventive maintenance purposes. Complete service of mechanical lube system to ensure proper operation of mandrels. Quotes must include all expenses to include travel, labor and other miscellaneous expenses. Place of performance will be the 158th Fighter Wing, S. Burlington, VT 05403. The following FAR and DFARS provisions and clauses apply to this acquisition. The full text versions may be accessed electronically at http://farsite.hill.af.mil. FAR 52.204-7 Central Contractor Registration; FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-3 Offeror Representations and Certifications - Commercial Items; 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, along with the following clauses in paragraph (b) will apply: FAR 52.209-6, FAR 52.219-6, FAR 52.219-28, FAR 52.222-3 Alt I, FAR 52.222-19, FAR 52.222-21, FAR 52.222-26, FAR 52.222-36, FAR 52.225-1, FAR 52.225-3, FAR 52.232-33, FAR 52.222-41, FAR 52.222-42; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, along with the following clauses in paragraph (b) will apply: 252.204-7004 Alt A, 252.212-7001, 252.225-7001, 252-232-7003, 252.247-7023 Alt III. Quotes are due no later than 15 December, 2010, 3:00 p.m. Eastern Standard Time. All offers received prior to closing date and time shall be considered. The point of contact is SMSGT Brian Dusablon 802-660-5361. Quotes must be signed by the person authorized to encumber the company. Quote must include company's CAGE CODE as proof of active registration with the Central Contractor Registration http://www.ccr.gov/. Quote must include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications, or a statement that offeror has completed the provision electronically at the ORCA website http://orca.bpn.gov. In addition to the above listed items, each offeror must provide all required NON-PRICING responses (e.g. payment discount terms, delivery terms, technical proposal, etc.). Quotes may be emailed to brian.dusablon@ang.af.mil or faxed to 802-660-5354. No other method of quote submission is acceptable. The Government will award a contract resulting for this RFQ to the responsible offeror whose offer represents the Lowest Price Technically Acceptable to the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA43-1/W912LN11T0001/listing.html)
 
Place of Performance
Address: 158 FW/MSC 45 NCO Drive, Suite A, South Burlington VT
Zip Code: 05403-5867
 
Record
SN02338435-W 20101205/101203234239-d24729c41c1aa1d780399f65525f090a (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.