Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 02, 2011 FBO #3477
MODIFICATION

49 -- Revised response date by close of business 1 July 2011. Revised set aside will be Total Small Business.

Notice Date
5/31/2011
 
Notice Type
Modification/Amendment
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
129 RQW, Base Contracting, Base Contracting, P.O. Box 103/Stop 25, Moffett Federal Airfield, CA 94035
 
ZIP Code
94035
 
Solicitation Number
W912LA-11-R-7009
 
Response Due
7/1/2011
 
Archive Date
8/30/2011
 
Point of Contact
Duncan Collier, 650-603-9274
 
E-Mail Address
129 RQW, Base Contracting
(duncan.collier@ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Requirements Purchase of brand name specific tools used on H-60 rotary aircraft. All tools will be McNally-Industries brand. All tools quoted will be IAW Air Force regulations, technical orders (TOs) 1H-60(H)G-2-3, 1H-60(H)G-2-4 and 1H-60(H)G-2-6 and manufacturer recommendations. All parts requested in this quote are to be brand new, never used. Scope of Work CLIN00012 each, P/N: B101235, McNally-Industries, Spindle Bender w/ (2 Piece Design), with Pelican Cases, NSN: 4920-01-554-9692. CLIN00022 each, P/N: B101216, McNally-Industries, Seal Installation Tool (Rear), without cases, No NSN assigned. CLIN00032 each, P/N: 1006776, McNally-Industries, MLG Socket (kit), with Pelican Cases, NSN: 4920-01-554-9693. CLIN00042 each, P/N: 1006772, McNally-Industries, Pylon Wrenches, with Pelican Cases, NSN: 4920-01-554-9691. CLIN00052 each, P/N: 1006767, McNally-Industries, 3/8 inch Drive Wrench Kit, with Pelican Cases, NSN: 4920-01-554-9690. IAW FAR 52.211-6 -- Brand Name or Equal (c) The Contracting Officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Any offerors believing they can provide an equal product that meets all of the features and functionality of the listed parts or can provide the brand name product may provide evidence for consideration. Evidence must support the offeror's claim they can either provide an equal product or they are an authorized distributor/wholesaler for a brand name part. It is the offeror's responsibility to prove their product is an equal by demonstrating their product, at a minimum, has the same features and functionality of the requested items. Providing brochures, specifications and/or quotes alone is not enough for the Government to make a decision. The offeror should provide an understandable comparison between the two products. The Government is not responsible for developing the comparison from insufficient information provided. All qualified sources may submit a response, which if timely received, will be considered by this agency. Information received will be considered solely for the purpose of determining whether a brand name or equal procurement, and/or a competitive procurement can be conducted. A determination that equal products exist or a determination to compete this proposed procurement based on response to this notice is solely within the discretion of the Government. The Government does not intend to pay for information solicited. Information received after the established deadline shall not be considered. CLAUSES INCORPORATED BY FULL TEXT (UPDATED 03/11/09) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. (February 2009) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clause, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest after Award (Aug 1996)(31 U.S.C 3553). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126). Applies over $3,000. 52.222-21, Prohibition of Segregated Facilities. Applies at $10,000 or above. 52.222-26, Equal Opportunity (E.O. 11246). Applies at $10,000 or above. 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212). Applies when 52.222-26 applies and $25,000 or above. 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793). Applies over $10,000 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212). Applies when 52.22-35 applies. 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129). Applies over $3,000. 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). Applies over $3,000. 52.232-36, Payment by Third Party (31 U.S.C. 3332). Applies over $3,000. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.222-41, Service Contract Act of 1965, as Amended (41 U.S.C. 351, et seq.). Applies over $3,000. (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). Applies over $3,000. (3) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (29 U.S.C.206 and 41 U.S.C. 351, et seq.). Applies when applicable. (End of Clause) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (January 2009) As prescribed in 212.301(f)(iii), use the following clause: (a) The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which, if checked, is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components. 252.225-7001Buy American Act and Balance of Payment Program (41 USC 10a-10d, EO 1582) Applies $3,000 to $25,000. 252.227-7015 Technical Data--Commercial Items (10 U.S.C. 2320). Applies over $3,000. 252.227-7037 Validation of Restrictive Markings on Technical Data (10 U.S.C. 2321). Applies over $3,000. CLAUSES INCORPORATED BY REFERENCE: 52.212-4 Contract Terms and Conditions--Commercial Items 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration 52.233-3 Protest After Award 52.253-1 Computer Generated Forms 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A 252.243-7001 Pricing of Contract Modifications 252.246-7000 Material Inspection and Receiving Report CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under about WAWF. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL Bid MUST be good for 60 calendar days after submission. Shipping must be free on board (FOB) destination, 129 RQW, Moffett Field, CA 94035-0103 which means that the seller must deliver the goods on its conveyance to 129 RQW or to the destination specified by the Buyer. The seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. No partial shipments unless otherwise specified at time of order.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA04-3/W912LA-11-R-7009/listing.html)
 
Place of Performance
Address: 129 RQW, Base Contracting Base Contracting, P.O. Box 103/Stop 25 Moffett Federal Airfield CA
Zip Code: 94035
 
Record
SN02460000-W 20110602/110531234130-6dfb3325e2fea735f8adf4ac77274a0c (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.