Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2011 FBO #3409
SOLICITATION NOTICE

39 -- Service Body

Notice Date
3/24/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336112 — Light Truck and Utility Vehicle Manufacturing
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 3 CONS - Elmendorf, 10480 22nd Street, Elmendorf AFB, Alaska, 99506-2500
 
ZIP Code
99506-2500
 
Solicitation Number
F1W3EB1032A001
 
Archive Date
4/21/2011
 
Point of Contact
Dawn E. Bryant,
 
E-Mail Address
dawn.bryant@elmendorf.af.mil
(dawn.bryant@elmendorf.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial product; prepared in accordance with the format in FAR subpart 12.6 and 13.5, streamlined procedures for evaluation and solicitation for commercial items- as supplemented with additional information included in this notice. Quotations are being requested and a written solicitation document will not be issued. Description: This is a brand name or equal requirement Line Item 0001: Stellar TMAX-2 Service Body (Brand Name or Equal) with raised front vertical compartment, master lock system, torsion box understructure with isolated crane compartment, hydraulic driven air compressor 46CFM at 170 PSI 20 gallon frame mount air tank, hose reel with ½" x100' hose installed in service body compartment coming out rear of the service body, manual out hydraulic down outriggers, 2-7" and 6-3" drawer system for front vertical compartment, 5-3" drawer system for horizontal compartment, all drawers rated at 500lb capacity, all other compartments standard adjustable shelves, bed liner applied to the floor, wall, and top of service body, 3000W inverter installed with 100' electric cord reel, all hydraulics needed to operate crane, compressor, and outriggers, step bumper with thru compartment, Stryker with remote light installed, heavy duty vise installed on bumper, tanner deicer system for airline, and extra leaf springs on crane side. (Qty: 1 each) Line Item 0002: Stellar 10621 telescopic crane (Brand Name or Equal), 20' reach with 1929lb capacity at 20ft, radio remote control, planetary winch with 60 ft single line speed double acting cylinders with integral holding valve, crane hook, snatch block, anti-two block device, and hydraulic overload shutdown or equal (Qty: 1 each) Line Item 0003: Installation of all items on customer supplied chassis This service body will be mounted on a International Model 4000 chassis, heavy duty springs and frame, extended cab style government owned truck. This procurement is a Total Small Business Set Aside. All responsible Contractors shall provide a quote in accordance to the specifications stated above. Transportation shall be FOB Destination to Elmendorf AFB, Alaska 99506 and be included in the quote. Contractor shall submit their quote on company letterhead, Name, Address, Telephone Number of the Offeror, Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA/VA/Government Contract No. (if applicable), Date offer expires, Terms of any Express Warranty, Unit Price, and overall Total Price. Interested companies that meet the requirements stated above should submit a quote. Quotations for this notice shall be received by April 6, 2011 at 12:00PM Alaska Standard Time. All proposals must be faxed, mailed or emailed to: POC SFC Dawn Bryant, 10480 22nd Street, Suite 240, Joint Base Elmendorf-Richardson, AK 99506, Phone (907) 552-7181, Fax (907) 552-7497, dawn.bryant@elmendorf.af.mil. The following provisions and/or clauses apply to this acquisition: 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. This will be a lowest price technically acceptable purchase. (b) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-49. The following provisions apply to this acquisition: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment FAR 52.212-1 Instructions to Offerors- Commercial Items FAR 52.212-3 Offerors Representations and Certifications - Commercial Items 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 including subparagraphs FAR 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-28 Post-Award Small Business Program 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 FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-50 Combating Trafficking in Persons FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-18 Availability of Funds FAR 52.233-3 Protest after Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.247-64 Preference for Privately Owned U.S. Flag Commercial Vessels DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7000 Buy American Act- Balance of Payments Program Certificate DFARS 252.225-7001 Buy American Act-Balance of Payments Program DFARS 252.225-7036 (AltII) Buy American Act- Free Trade Agreements- Balance of Payments Program DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010 Levies on Contract Payments DFARS 252.246-7003Notifications of Potential Safety Issues DFARS 252.246-7004 Safety of Facilities, Infrastructure and Equipment DFARS 252.247-7023 Transportation by Sea DFARS 252.247-7023 (Alt III) Transportation by Sea In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201(a). Potential contractors must also be registered in the Central Contractor Registry (CCR) at http://www.ccr.gov. This will be a lowest price technically acceptable procurement. Award will be made to the offeror whose offer is conforming to the solicitation and is determined to be the most advantageous to the Government. Price and other factors will be considered. The Government intends to evaluate offers and award without discussion. Offeror shall submit all information with offer as required in FAR 52.212-1. Offerors may obtain copies of the reference provisions and clauses at: http://farsite.hill.af.mil/vffara.htm. Quotations must be received by specified response date. Quotations shall be submitted to SFC Dawn Bryant. All responsible sources may submit a written proposal, which shall be considered. Email any questions to: dawn.bryant@elmendorf.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/F1W3EB1032A001/listing.html)
 
Place of Performance
Address: 5327 Kenney Drive, JBER, Alaska, 99504, United States
Zip Code: 99504
 
Record
SN02408519-W 20110326/110324234535-fe92bb49edad6f52b775faf6bfb1b7b1 (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.