Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2011 FBO #3483
SOLICITATION NOTICE

81 -- IP-1 Shipping Containers - Specifications

Notice Date
6/6/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332439 — Other Metal Container Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-11-T-0143
 
Archive Date
7/21/2011
 
Point of Contact
Alea A. Cox, Phone: 9375224599, Shelley D Deardorff, Phone: 937-522-4569
 
E-Mail Address
alea.cox@wpafb.af.mil, shelley.deardorff@wpafb.af.mil
(alea.cox@wpafb.af.mil, shelley.deardorff@wpafb.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Specifications, Evaluation Criteria, and Delivery Information IP-1 Shipping Containers - FA8601-10-T-0143 The U.S. Air Force requires 20 IP-1 Shipping Containers (also known as B-25 shipping containers). The anticipated award is firm fixed price - Lowest Price Technically Acceptable (LPTA). Additional detail on the requirements can be found in the Specifications (attachment 1). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is FA8601-11-T-0100 issued as a Request for Quotations (RFQ) and is conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Fac 2005-51, Effective 01 Apr 2011. This acquisition is for 100% SET ASIDE OF SMALL BUSINESS. Competition is restricted to Small Businesses. Small Businesses capable meeting the requirements in the attached Statement of Work are eligible to submit a quotation. The associated North American Industry Classification System (NAICS) code is 334516. Size standard is 500 employees. This RFQ has one line item: Contractor shall provide 20 IP-1 shipping containers in accordance with the specifications, which is available upon email request to Alea Cox at alea.cox@wpafb.af.mil. Proposals must contain the following: - Price quote - Technical information on equipment offered - Evidence of completed Representations and Certifications Quotations shall be accompanied by a completed FAR 52.212-3, Representations and Certifications (August 2009) (attachment 2), and adhere to FAR 52.212-1, Instructions to Offerors - Commercial (June 2008). The Government's preferred method is electronic Representations and Certifications. This can be accomplished by registering in ORCA at https://orca.bpn.gov and completing the on-line Representations and Certifications. Quotations MUST contain a complete description of products offered to clearly show item meets the requirements listed in the specifications, attachment 1, hereto. A general overview, general comparison, or statement such as "able to provide the requirements" or "meets minimum requirements" is unacceptable and will not be considered for potential acceptance. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT IDENTIFIED IN THE QUOTE. Contract financing is NOT provided for this acquisition. Quotations must identify payment terms as Net 30. The Government intends to award one firm fixed price (FFP) purchase order resulting from this solicitation to the responsible offeror(s) whose quote is conforming to the solicitation and will be most advantageous to the Government. The Government intends to award without discussions and the Government reserves the right not to make an award at all. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the Central Contractor's Register (CCR) and to maintain active registration during the life of the contract. CCR can be accessed at https://www.bpn.gov. Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: 52.212-1, Instructions to Offerors (June 2008) [subparagraph (c) is changed to 60 days and subparagraph (e) is deleted and marked as reserved]; 52.212-2, Evaluation Factors (Jan 1999) [The evaluation factors for the fill-in portion of this provision will be handled in accordance with FAR 13.106-1 and 13.106-2. 52.212-3, Contractor Representations and Certifications (Aug 2009) (Full-text copy - attachment 1 to this RFQ); 52.222-22, Previous Contracts and Compliance Reports (Feb 1999); 52.222-25, Affirmative Action Compliance (Apr 1984); 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) (the fill in portion of this clause is: http://farsite.hill.af.mil or http://www.arnet.gov/far); The following Federal Acquisition Regulation clauses, either by reference or full text, apply to this acquisition: 52.212-4 Contract Terms and Conditions - Commercial Items (Mar 2009); 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Sep 2009) (The clauses that are check marked as being applicable to this purchase are: - 52.219-6 Notice of Total Small Business Set-Aside (June 2003); - 52.222-3 Convict Labor (June 2003); - 52.222-19 Child Labor -Cooperation 2/Authorities - 52.222-21 Prohibition of Segregated Facilities (Feb 1999); - 52.222-26 Equal Opportunity (Mar 2007); - 52.222-36 Affirmative Action for Workers with Disabilities (June 1998); -52.223-28 Contractor Policy to Ban Text Messaging while Driving (SEP 2010); -52.225-1 Buy American Act - Supplies - 52.225-13 Restrictions on Certain Foreign Purchases (Jan 2008); and - 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003) [end fill in for 52.212-5]; -52.233-3 Protests After Award -52.247-34 F.O.B. Destination 52.252-2 Clauses Incorporated by Reference (Feb 1998) (the fill in portion of this clause is: http://farsite.hill.af.mil or http://www.arnet.gov/far) The following DFARS Clauses, either by reference or full text, apply to this acquisition: 252.204-7003 Control of Government Personnel Work Product (Apr 1992); 252.204-7004 (Alt A), Required Central Contractor Registration (Sep 2007); 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jul 2009): [The clauses that are check marked as being applicable to this purchase are: - 252.225-7001 Buy American Act and Balance of Payments Program - 252.225-7002 Qualifying Country Sources as Subcontractors - 252.225-7036 Buy American Act- North American Free Trade Agreement Implementation Act- Balance of payments Program -252.232-7003 Electronic Submission of Payment Requests (Mar 2008); - 252.247-7023 Transportation of Supplies by Sea (May 2002) [end fill in for 252.212-7001]; The following local clauses will be included in subsequent award. Full text versions are available upon request: 88 CONS G-001 WAWF Electronic Invoicing Instructions; ASC/PKO H-002 Delivery Procedures Commercial Vehicles; STMNT NBR 03 Inspection and Acceptance; STMNT 4: Invoice and Payment; and STMNT NBR 12 Antiterrorism (AT) Awareness Training. Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. Attachments to the announcement: 1. Specifications 2. FAR 52.212-3, Representations and Certifications - August 2009 (Return with quotation) Quotations, references AND completed representations and certifications, if not available in ORCA, are due by 5:00 P.M. on Wednesday 6 July 2011, to: Alea Cox, ASC/PKOB. Fax: 937-904-3637 (ATTN: Alea Cox). E-mail: alea.cox@wpafb.af.mil. Mailing Address: ATTN: Alea Cox ASC/PKOB 1940 Allbrook Drive, Suite 3 Wright-Patterson AFB OH 45433 Questions should be directed to Alea Cox at alea.cox@wpafb.af.mil or 937-522-4599.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-11-T-0143/listing.html)
 
Place of Performance
Address: To be announced at time of contract award., WPAFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02464727-W 20110608/110606234356-712e599cb6df387c0993077bd5b7fb10 (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.