Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2011 FBO #3443
MODIFICATION

51 -- Modification 2 of FY11LGCBCTOOLKITS

Notice Date
4/27/2011
 
Notice Type
Modification/Amendment
 
NAICS
332212 — Hand and Edge Tool Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th CONS, 1535 Command Drive, Andrews AFB, Maryland, 20762-6500, United States
 
ZIP Code
20762-6500
 
Solicitation Number
FY11LGCBCTOOLKITS
 
Point of Contact
Vincent L. Johnson, Phone: 3019814229, D'Jaris R Gladden, Phone: (301) 981-2315
 
E-Mail Address
vincent.johnson@afncr.af.mil, d'jaris.gladden@afncr.af.mil
(vincent.johnson@afncr.af.mil, d'jaris.gladden@afncr.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
AMENDMENT 4: The purpose of this amendment is to incorporate FAR 52.211-6 Brand Name or Equal (AUG 1999) by referance to the combined synopsis/solicitaion. All other terms and conditions remain unchanged. Offerors must acknowledge Amendment 1, 2, 3, and 4 with submission of offer. AMENDMENT 3: The purpose of this amendment is to change CLIN0001 through CLIN0004, Extended Description and Quantity (see Questions and Answers for Combined Synopsis/ Solicitation FY11LGCBCTOOLKITS, A1 for details). To add vendor questions received on or before Government question deadline of 22 Apr 2011, 12 Noon, EDT and Government responses, to add part number details to custom tool kits, and to add the brand name only memorandum. CLIN 0001- Fuel Cell Brand Name Only Snap-On Tools; See custom tool Kit 1 which contains 860 tool pieces; Quantity - 1 Kit CLIN 0002- Brand Name Only Snap-On Level 5 ATC Tool Control System; See custom tool Kit 2 which contains 686 Tool Pieces; Quantity - 1 Kit CLIN 0003 - Brand Name Only Snap-On Level 5 ATC Tool Control System; See custom tool Kit 3 which contains 469 Tool Pieces; Quantity - 1 Kit CLIN 0004 - Brand Name Only Snap-On Level 5 ATC Tool Control System; See custom tool Kit 4 which contains 480 Tool Pieces; Quantity - 1 Kit All other terms and conditions remain unchanged. All offerors must acknowledge Amendment 1, 2 and 3 with submission of offer. FY11LGCBCTOOLKITS- Snap-On Tool Kits & Tool Control Systems AMENDMENT 2: The purpose of the amendment is to extend the deadline for offer submission from 29 April 2011 at 12:00pm EDT to 6 May 2011 at 12:00pm EDT. All offerors must acknowledge amendments 1 and 2 with submission of offer. All other terms and conditions remain unchanged. AMENDMENT 1: The purpose of the amendment is to delete FAR6.206 set aside for service-disabled veteran small business concerns and incorporate with the 52.219-27 notice total service-disabeled veteran-owned small business set asides into combined synopsis and solicitation. All offerors must acknowledge amendment 1 with submission of offer. 1. All interested offerors are advised that, funding for this requirement is may not be available if a Government shutdown occurs. In that case, this will become an UNFUNDED requirement. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) 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. 2. Solicitation number FY11LGCBCTOOLKITS is being issued as a Request for Quotation (RFQ). 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-51. 4. This solicitation will be competed on a 100% Service Disabled Veteran Owned Small Business Set-Aside basis; all responsible sources may submit a quote. The North American Industry Classification System (NAICS) code is 332212 Hand and Edge Tool Manufacturing, for Snap-On tool kits, Snap-On tool control systems, and the business size standard is 500 employees. 5. The Government will award a firm fixed price contract for Snap-On tool kits, Snap-On tool control systems, and is procuring the following: CLIN Description Quantity Unit Price Total Price 0001 Fuel Cell Snap-On Tools See Custom Tool Kit #1 This requirement is a Snap-On brand name only. No or equals will be accepted. 860 $ $ 0002 Snap-On Level 5 ATC Tool Control System See Custom Tool Kit #2 This requirement is a Snap-On brand name only. No or equals will be accepted. 686 $ $ 0003 Snap-On Level 5 ATC Tool Control System See Custom Tool Kit #3 This requirement is a Snap-On brand name only. No or equals will be accepted. 469 $ $ 0004 Snap-On Level 5 ATC Tool Control System See Custom Tool Kit #4 This requirement is a Snap-On brand name only. No or equals will be accepted. 480 $ $ TOTAL PRICE $ 6. Complete contract line item descriptions are included in paragraph 5. 7. CLINs 0001-0004 are to be delivered to Joint Base Andrews 459/AW/MOF; 3635 Patrick Ave. Joint Base Andrews, MD 20762; on or before Wednesday, 8 June 2011. FOB: Destination. 8. The provisions at 52.212-1, Instructions to Offerors-Commercial; 52.252-1, Solicitation Provisions Incorporated by Reference: http://farsite.hill.af.mil; 52.252-5 Authorized Deviations in Provisions: (b) DFAS (Chapter 2), and 252.225-7000; FAR 52.212-2, Evaluations-Commercial Items, applies to this acquisition. EVALUATION PROCEDURES: The Government will award a contract resulting from this solicitation to the responsible offeror on the basis of Lowest Price Technically Acceptable (LPTA). Offerors must provide all items outlined in CLINs 0001-004 and meet delivery requirements outlined in paragraph 7 to be considered technically acceptable. Award will be made in accordance with simplified acquisition procedures established in FAR Part 13 procedures, to the responsive entity whose evaluated offer or quote conforms to the combined synopsis/solicitation and represents the LPTA. The Government intends to make award to the responsive firm without discussions, nevertheless, the Government may communicate with an offeror in order to clarify or verify information submitted in their offer. The Government reserves the right to eliminate from further consideration, those quotes which are considered unacceptable and not capable of demonstrating acceptability without major quote rewrite or revision. 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. 9. It is the vendor's responsibility to be familiar with all applicable clauses and provisions. All Offerors must submit representations and certifications in accordance with the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer. FAR 52.212-3 can be downloaded from the internet: http://farsite.hill.af.mil/ or from http://orca.bpn.gov, if registered in ORCA (On-line Representations and Certifications Application). Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Jun 2005). 10. All FAR Clauses and provisions incorporated by reference may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The following FAR clauses are applicable: FAR 52.219-27 Notice of total service-disabeled veteran-owned small business set asside (May 2004). FAR 52.252-2, Clauses Included by Reference; FAR 52.211-6 Brand Name or Equal (AUG 1999), FAR 52.212-4, Contract Terms and Conditions - Commercial Items, with addendum; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Oct 2010) (DEV), applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable: 52.222-3, Convict Labor (Jun 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 (Jun 1998); 52.222-37 - Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2010); 52.223-3, Hazardous Material Identification and Material Safety Data (Jan 1997); 52.223-9 - Estimate of Percentage of Recovered Material Content for EPA-Designated Products (May 2008); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008), 52.232-33 - Payment by Electronic Funds Transfer--Central Contractor (Oct 2003), 52.233-3 - Protest After Award (Aug 1996) and 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004). The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2011) (DEV), applies to this acquisition, and specifically the following clauses under paragraph (b) are applicable: 252.225-7001 - Buy American Act and Balance of Payments Program (Jan 2009); 252.232-7003 - Electronic Submission of Payment Requests (Mar 2008); 252.232-7010 Levies on Contract Payments (Dec 2006) and 252.247-7023 - Transportation of Supplies by Sea, Alternate III (May 2002). The following DFARS clause is hereby incorporated into this solicitation: 252.204-7004, Required Central Contractor Registration (CCR) (Sep 2007). The following AFFARS clause applies to this acquisition: 5352.242-9000, RContractor Access to Air Force Installations (Aug 2007). The following local clauses apply to this acquisition: 11CONS-001, Ceremonial Events; 11CONS-004, Environmental Compliance; 11CONS-007, Personnel Security Requirements; and 11CONS-010 WAWF Instructions and 5352.201-9101 OMBUDSMEN (Aug 2005). To be eligible for an award, contractor must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.ef.mil/index.html. 11. All quotes must be sent via electronic mail (email) to points of contact Vincent L. Johnson at Vincent.Johnson@afncr.af.mil. Quotes shall be submitted no later than 6 May 2011, 12:00 PM EDT. 12. All questions must be sent via electronic mail (email) to points of contact Vincent L. Johnson at Vincent.Johnson@afncr.af.mil. Questions shall be submitted no later than 12:00 PM EDT, 22 April 2011, 12:00 PM EDT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/FY11LGCBCTOOLKITS/listing.html)
 
Place of Performance
Address: 459TH ARW/MXS 3635 PATRICK AVENUE, ANDREWS AFB, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN02434678-W 20110429/110427234720-593e844e13621fa8b16ea9c3a341ff20 (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.