Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2011 FBO #3435
SOLICITATION NOTICE

38 -- 200 Ton Hydraulic Truck Mounted Crane

Notice Date
4/19/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238
 
ZIP Code
32925-3238
 
Solicitation Number
FA2521-11-Q-B015
 
Archive Date
5/11/2011
 
Point of Contact
Linda M Penuel, Phone: 321-494-7573
 
E-Mail Address
linda.penuel@patrick.af.mil
(linda.penuel@patrick.af.mil)
 
Small Business Set-Aside
N/A
 
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. The solicitation number FA2521-11-Q-B015 shall be used to reference any written quote provided under this request for quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50 This is an unrestricted acquisition. The North American Industry Classification System (NAICS) code for this project is 333923 with a size standard of 500 employees. Description Qty Unit Unit Price 200 Ton hydraulic Crane 1 EA $ Truck-mounted, crane capable of meeting DOT standards for highway travel Make: Link Belt or equal Model: ATC 2300 Options required: Auxiliary lifting sheave 1 EA $ Two piece lattice fly 1 EA $ Min 27 Ton, 1 Sheave Quick-Reeve Hook block with Safety Latch, 1 EA $ Min 80 Ton, 5 Sheave Quick-Reeve Hook block with Safety Latch, 1 EA $ Tubular fly insert, 1 EA $ Upper & lower air conditioning 1 EA $ Boom Dolly 1 EA $ On-site factory Training (provide number of days training will be provided) 1 EA $ Estimated Delivery Time: ____________ Warranty: ________________ FOB: Destination (Deliver on-site with set-up) Ship to address: Cape Canaveral Air Force Station, Florida FAR Provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following addendum applies: RFQ due date: 26 Apr 11, RFQ due time: 3:00 PM Fax RFQ to 321-494-5136 or email: linda.penuel@patrick.af.mil 45th Contracting Squadron Attn: FA2521-11-Q-B015 1201 Edward H. White II Street, MS 7200 Patrick AFB, FL 32925-3238 Email or verbal quotes are not acceptable All companies must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. All companies must be registered in the Central Contractor Registration Database at www.ccr.gov in order to be considered for award. The Government will not provide contract financing for this acquisition. WAWF instruction shall be provided at time of award FAR Provision 52.212-2, Evaluation -- Commercial Items, applies to this acquisition and the following evaluation is applicable: Sample for SAP: "Pursuant to FAR 12.602 contract award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106. Offeror's submissions will be evaluated based upon price, and ability to fulfill the requirement. Please ensure that any submission made in response to this solicitation contains adequate information to allow for government evaluation in accordance with the above criteria. An offeror must be determined to be responsible by the Contracting Officer in order to be eligible for award. Responsibility is described in Federal Acquisition Regulation (FAR) Subpart 9.1, "Responsible Prospective Contractors." Part of the determination addresses financial capability. Please provide the names, addresses and points of contact for all financial institution organizations utilized to determine if contractor has adequate financial resources to perform the contract or the ability to obtain them to include written authority to contact the provided financial institution. FAR Provision 52.212-3, Offeror Representations and Certifications -- Commercial Items, with it's Alternate I, applies to this acquisition. (Use Alternate II for SDB procurement mechanisms are authorized on a regional basis) All vendors must be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov)) at the time of Quote submittal. DFAS Provision 252.212-7000, Offeror Representations and Certifications-Commercial Items, applies to this acquisition FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition with the following Addendum: Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEV), Additionally, the following FAR clauses cited in 52.212-5 are applicable: 52.202-1 Definitions (July 2004) 52.203-3 Gratuities (Apr 1984) 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 06), with Alternate I (Oct 95) 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010) 52.209-6 Protecting the Government's Interest when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment (Dec 10) 52.219-8 Utilization of Small Business Concerns (Jan 2011) 52.219-28 Post Award Small Business Program Rerepresentation (Apr 2009) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jul 2010) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2010) 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010), Alternate I (Jun 1998) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2010) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 10) 52.222-50 Combating Trafficking in Persons (Feb 09) Alternate I (Aug 2007)* 52.222-99 Notification of Employee Rights under the National Labor Relations Act (Class Deviation 2010 O0013) (Jun 2010) 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Sep 2010) 52.225-13 Restriction on Certain Foreign Purchases (Jun 08) 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification (Sep 2010) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) 52.233-1 Disputes (July 2002) 52.233-3 Protest After Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 04) 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) The following AFFARS clause is applicable to this solicitation: AFFARS 5352.201-9101 Ombudsman with the following fill-in: HQ AFSPC/A7K, Contracting Division, 150 Vandenberg St. Ste 1105, Peterson AFB CO 80914-4350, Phone: 719-554-5250, Email: AFSPC.A7K@peterson.af.mil. AFFARS 5352.242-9000, Contractor Access to Air Force Installations DFARS Clause 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEV), Additionally, the following FAR clauses cited in 252.212-7001 are applicable: 252.225-7001 Buy American Act and Balance of Payments Program (Jan 2009) 252.225-7008 Restriction on Acquisition of Specialty Metals (Jul 2009) 252.225-7009 Restriction on Acquisition of Certain Articles Containing Specialty Metals (Jan 2011) 252.225-7012 Preference for Certain Domestic Commodities (Jun 10) 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings (Dec 2010) 252.225-7021 Trade Agreements (Nov 2009) 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (Sep 2004) 252.227-7037 Validation of Restrictive Markings on Technical Data (Sep 1999) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) 252.243-7002 Requests for Equitable Adjustment (Mar 1998) 252.247-7023 Transportation of Supplies by Sea (May 2002) 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000) Additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices; if applicable The full text of these clauses and provisions may be assessed electronically at the website: http://farsite.hill.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-11-Q-B015/listing.html)
 
Place of Performance
Address: Cape Canaveral Air Force Station, Florida, Cape Canaveral Air Force Station, Florida, 32925, United States
Zip Code: 32925
 
Record
SN02427725-W 20110421/110419234412-332c1182ec5af416ff2e578aa855200e (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.