Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 23, 2011 FBO #3406
MODIFICATION

42 -- Spill Materials

Notice Date
3/21/2011
 
Notice Type
Modification/Amendment
 
NAICS
325998 — All Other Miscellaneous Chemical Product and Preparation Manufacturing
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 39th Contracting Sqd - Incirlik, Incirlik AB, Unit 7090 Box 127, Incirlik AB, Turkey, 09824-0280
 
ZIP Code
09824-0280
 
Solicitation Number
FA5685-11-Q-0012
 
Archive Date
4/7/2011
 
Point of Contact
Timothy D. Smith, Phone: 903223168075, Dontly F. Balmaceda, Phone: 903223168075
 
E-Mail Address
timothy.smith@incirlik.af.mil, dontly.balmaceda@incirlik.af.mil
(timothy.smith@incirlik.af.mil, dontly.balmaceda@incirlik.af.mil)
 
Small Business Set-Aside
N/A
 
Description
ATTENTION POTENTIAL OFFERORS: (i) 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. (ii) The solicitation number is FA5685-11-Q-0012. The solicitation is issued as a request for quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-48, DFARS Change Notice 20110302, and Air Force Acquisition Circular 2011-0214. (iv) There is no small business set-aside for this acquisition. However, this acquisition is set-aside for Turkish business concerns. Due to established economic agreements between the United States Government and the Government of Turkey, the U.S. Air force intends to award this solicitation to a business concern within the country of Turkey. The NAICS code assigned to this acquisition is 325998. (v) There are eighteen (18) contract line item numbers (CLIN). The quantity and unit of measure for each line item is as follows: CLIN 0001 - 15 Boxes (BX). CLIN 0002 - 20 Rounds (RO) CLIN 0003 - 20 Boxes (BX) CLIN 0004 - 20 Bags (BG) CLIN 0005 - 20 Boxes (BX) CLIN 0006 - 20 Boxes (BX) CLIN 0007 - 20 Boxes (BX) CLIN 0008 - 20 Boxes (BX) CLIN 0009 - 20 Boxes (BX) CLIN 0010 - 20 Boxes (BX) CLIN 0011 - 20 Boxes (BX) CLIN 0012 - 20 Boxes (BX) CLIN 0013 - 15 Each (EA) CLIN 0014 - 75 Each (EA) CLIN 0015 - 75 Each (EA) CLIN 0016 - 55 Each (EA) CLIN 0017 - 50 Each (EA) CLIN 0018 - 13 Each (EA) (vi) CLIN 0001: Heavy fluids absorbing material for paint 22" W x 18"L x 0.75"T Part # MAT209 or equivlent (vii) CLIN 0002: Absorb oil only material 30"W x 150"L Part # MAT401 or equivlent (viii) CLIN 0003: Absorbant socks for petrolium products Part # PIG202 or equivlent (ix) CLIN 0004: Shop Dri floor sweep absorbs petrolium and solvents Part # PLP214 or equivlent (x) CLIN 0005: Absorbant pillows for petrolium products 21"L x 17"W x 2"H Part # PIL201 or equivlent (xi) CLIN 0006: Heavy duty maintenance wipers, washable 13.25"L X 12" W Part # VIP331 or equivlent (xii) CLIN 0007: Heavy duty absorbant socks absorb petroleum, 3"W X 120"L Part # PIG220 or equivlent (xiii) CLIN 0008: PIG Super Pillow absorbs heavy petroleum 21"L X 17"W X 2"H Part # PIL201 or equivlent (xiv) CLIN 0009: Oil only absorbant pad 15"W X150"L Part # MAT425 or equivlent (xv) CLIN 0010: Acid absorbing pillow 8"L X 8"W Part # PIL302 or equivlent (xvi) CLIN 0011: Acid absorbing socks 3"W X 10"L Part # PIG301 or equivlent (xvii) CLIN 0012: Acid absorbing pads 15"W X 20"L Part # MAT301 or equivlent (xviii) CLIN 0013: spill kit refill for 95 gallon kit, contains the following: 16 3 x48 PIG blue socks, 10 3 x10 PIG blue socks, 60 15 x 20 universal mat pads, 8 21 x 17 PIG pillows, 50 wipers, 10 disposal bags with ties, 6 tamper proof labels, 1 emergency response guidebook, 1 instruction manual. Part # KITR202 or equivlent (xix) CLIN 0014: 55 gallon open top UN approved barrel, blue color, 1.2mm top X 1mm body x 1.2mm bottom Part # DRM837 or equivlent (xx) CLIN 0015: 55 gallon closed top UN approved barrel, blue color, 1.2mm top X 1mm body x 1.2mm bottom Part # DRM340 or equivlent (xxi) CLIN 0016: 16 gallon open top UN approved barrel, blue color, 1.2mm top X 0.9mm body x 0.9mm bottom Part # DRM834 or equivlent (xxii) CLIN 0017: 8 Gallon open head plastic drum, blue color, UN aprroved, 12.75"L X 11.75"W X 19.75"H UN specification # UN3H2/Y51/S Part # DRM793 or equivlent (xxiii) CLIN 0018: 4 drum Poly spill containment pallet deck surface 48"L X 48"W, load capacity 6,000 lbs. UDL, sump capacity 66 gallons, 51"L 51"W X 10"H Part # PAK210 or equivlent **If exact item is not quoted (see FAR 52.212-1(b)(4)) a specification sheet or other information must be provided that provides sufficient detail for the United States to determine whether or not the substituted product(s) quoted can satisfy the need** (xxiv) All quantities ordered will be delivered within ____ calendar days to Incirlik Air Base, Adana, Turkey on a FOB Destination basis. (xxv) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The following addenda is made to the provision. Paragraph (b) Submission of offers is added to read: Quotations shall be in terms of U.S. Dollars. Quotations received in other than U.S. Dollars shall be rejected. Quotations shall also be submitted in the English Language. Quotations received not in English will not be considered. The provision at 252.212-7000 Offeror Representations and Certifications--Commercial Items, applies to this acquisition. The certification in paragraph (b) of the provision at 252.212-7000 does not apply to this solicitation. (xxvi) The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. There are two specific evaluation criteria included in paragraph (a). The first one is (i) technical capability of the item quoted to meet the requirement of that provision. The last criteria is (ii) price. The Lowest Price Technically Acceptable Sour Selection Process will be used in this acquisition. (xxvii) The provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, applies to this acquisition. The quotation must include a complete copy of this provision. See http://orca.bpn.gov. (xxviii) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The following addenda are made to this clause. Paragraph (a) Inspection/Acceptance is added to read: The contractor shall use the Wide Area Workflow web page at https://wawf.eb.mil/index.html to submit invoices for acceptance. Paragraph (o) Warranty is added to read: The contractor shall provide all standard commercial (including manufacturer) warranties to the United States Government. (xxix) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause under paragraph (b) are considered checked and applicable to the acquisition: (1), (19), (33), & (38). The clause at 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional DFARS clauses cited in the clause under paragraph (b) are considered checked and applicable to the acquisition: (1), (6), (18), (20), (21)(ii), (22) (xxx) The following four additional contract clauses apply to this acquisition: (1) DFARS 252.229-7001 Tax Relief. Paragraph (a) is filled in as follows: "Name of Tax: VAT/KDV, Rate (Percentage): 18%". (2) DFARS 252.233-7001 Choice of Law (Overseas). (3) AFFARS 5352.201-9101 Ombudsman. Paragraph (c) is filled in as follows: Primary: Tara Petersen, HQ USAFE/A7K, Unit 3050, Box 10, APO AE 09094-0110, HQ USAFE/A7K, Flugplatz Ramstein, 66877 Ramstein Germany, E-Mail: tara.petersen@ramstein.af.mil, Tel: 0049-637-147-2209, Fax: (49)-6731-47-2025. Alternate: Lt Col Paul Marks, HQ USAFE/A7K, Unit 3050, Box 10, APO AE 09094-0110, HQ USAFE/A7K, Flugplatz Ramstein, 66877 Ramstein Germany, E-Mail: paul.marks@ramstein.af.mil, Tel: 0049-637-147-2026, Fax: (49)-6731-47-2025. (4) AFFARS 5352.242-9000 Contractor access to Air Force installations. Paragraph (b) is filled in as follows: The Turkish Air Force will coordinate with contractors to attain necessary documents and information to grant access to the installation. The United States Government will not be held liable for any delays or breach of contract caused by refusal of the Turkish Air Force to grant a gate pass. The contractor shall notify the contracting officer immediately if access is denied. (xxxi) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xxxii) Quotations are due by 1:00PM on 23 March 2011. In addition to providing the information required above, Turkish Vendors shall provide the following documents, translated and certified in English: (1) Tax Payer License, (2) Trade Chamber Registration, (3) Signature Circular, (4) Company Registration (if applicable), (5) Certified/Authorized Retail/Reseller documentation from manufacturer and or importer of requested supply(s), and (6) Photocopies of written warranty documents (if applicable). (xxxiii) Contact Timothy Smith at E-Mail: timothy.smith@incirlik.af.mil or 39cons.lgcb@incirlik.af.mil or Tel: 0-322-316-8075 or Fax: 0-322-316-1090 for any questions or concerns regarding this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/39CS/FA5685-11-Q-0012/listing.html)
 
Place of Performance
Address: Incirlik AB, Adana Turkey, Adana, Non-U.S., Turkey
 
Record
SN02405956-W 20110323/110321234833-efce99af586b34386a03b0f5d565a749 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.