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

J -- Parachute Descent Trainer - Performance Work Statement

Notice Date
4/19/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339920 — Sporting and Athletic Goods Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB, Florida, 32403-5526
 
ZIP Code
32403-5526
 
Solicitation Number
F1XTD21069A001
 
Archive Date
5/13/2011
 
Point of Contact
Qytravious M. Mumphery, Phone: 8502838613
 
E-Mail Address
qytravious.mumphery@tyndall.af.mil
(qytravious.mumphery@tyndall.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance Work Statement This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-51. This announcement constitutes the only solicitation, a written solicitation will not be issued, and quotes are being requested. This notice also constitutes the only notification before award. The solicitation reference number is F1XTD21069A001. This acquisition is 100% Set Aside for Small Business. The applicable North American Industry Classification System (NAICS) code is 339920 with a Size Standard of 500 Employees Contract Identification Line Item (CLINs) are identified below. CLIN 0001: Qty 1 Lot. Demo, Repair, and Install Parachute Descent Trainer. The Contractor shall provide all personnel, management, tools, materials, equipment, and all other items necessary to demo, repair, and install elements to the Parachute Descent Trainer located at Pensacola, FL in accordance with the attached Performance Work Statement (PWS). *All quotes must reflect FOB Destination. ** Quotes must clearly indicate vendor's understanding of the requirement** The Government anticipates award on a best value basis. The Government intends to award a firm, fixed priced purchase order IAW FAR 13.1 to the responsible offeror whose offer conforming to the proposal will be the most advantageous to the Government based on technical capability of the item offered to meet the Government's requirement and price. The following factors shall be used to evaluate offers: 1. Technical Specification/Capability 2. Price Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. The following FAR/DFARS/AFFARS provisions/clauses apply to this acquisition: FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.212-1 - Instruction to Offerors - Commercial Items FAR 52.212-3 Alt I - Offeror Representations & Certifications - Commercial Items FAR 52.212-4 - Contract Terms & Conditions - Commercial Items FAR 52.212-5 - Deviation - Contract Terms & Conditions Required to Implement Statutes or Executive Orders- Commercial Items 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 52.222-22 - Previous Contracts and Compliance Reports FAR 52.222-26 - Equal Opportunity FAR 52.222-36 - Affirmative Action for Workers with Disabilities FAR 52.222-41 - Service Contract Act of 1965 FAR 52.222-42 - Statement of Equivalent Rates for Federal Hires FAR 52.222-50 - Combat Trafficking Persons FAR 52.222-53 - Fair Labor Standards Act and Service Contract Act FAR 52.232-33 - Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.233-3 - Protest After Award FAR 52.233-4 - Applicable Law for Breach of Contract Claim FAR 52.247-34 - F.O.B. Destination FAR 52.252-1 - Solicitation Provisions Incorporated by Reference (Insert: http://farsite.hill.af.mil FAR 52.252-2 - Clauses Incorporated by Reference (http://farsite.hill.laf.mil) FAR 52.252-6 - Authorized Deviations In Clauses ("Defense Federal Acquisition Regulation Supplement" and "Chapter 2") DFARS 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights DFAR 252.211-7003 - Item Identification and Valuation DFARS 252.212-7000 - Offeror Representations and Certifications-Commercial Items DFAR 252.212-7001 Deviation - 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 Payment Program Certificate DFARS 252.225-7001 - Buy American Act and Balance of Payment Program DFARS 252.225-7002 - Qualifying Country Sources as Subcontractors DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010 - Levies on Contract Payments DFARS 252.243-7001 - Pricing of Contract Modifications DFAR 252.247-7023 Alt III - Transportation of Supplies by Sea AFFAR 5352.201-9101 - Ombudsman WAWF: Local Clause Offerors shall complete a copy of the Online Offeror Representations and Certifications Application. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION (CCR) BEFORE BEING CONSIDERED FOR AWARD. Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. Interested parties must include, with their quote, their CAGE code, and tax identification number (TIN), and delivery date. Shipping terms will be F.O.B. Destination, Det 2, 66 TRS, Pensacola, FL with inspection and acceptance at destination.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/TynAFBCS/F1XTD21069A001/listing.html)
 
Place of Performance
Address: 66 TRS/DET 2, 55 RADFORD BLVD SUITE C, Pensacola, Florida, United States
 
Record
SN02427768-W 20110421/110419234510-7de7cf362b25bebab8cbc49aff645fcb (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.