Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2011 FBO #3491
MODIFICATION

68 -- Vehicle Coating and Application Equipment

Notice Date
6/14/2011
 
Notice Type
Modification/Amendment
 
NAICS
332812 — Metal Coating, Engraving (except Jewelry and Silverware), and Allied Services to Manufacturers
 
Contracting Office
142 FW/MSC, 6801 NE Cornfoot Road, Portland IAP, OR 97218-2797
 
ZIP Code
97218-2797
 
Solicitation Number
W912JV11T4011
 
Response Due
6/21/2011
 
Archive Date
8/20/2011
 
Point of Contact
Christopher Fisher, 503-335-4490
 
E-Mail Address
142 FW/MSC
(christopher.fisher.2@ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Synopsis: SEE THE ADDITIONAL DOCUMENTATION LINK FOR ANSWERS TO QUESTIONS! 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 is being issued as a request for quotation (RFQ) W917JV-11-T-4011 and constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-50. This combined synopsis/solicitation is set-aside 100% for small business. North American Industrial Classification Standard 332812 applies to this solicitation; business size standard is 500 employees. The following items are needed: - A coating for metal that seals, encapsulates, and provides a protective barrier while preventing corrosion once applied. This material will be evaluated on its price, anti-corrosive properties, fire resistance, and also how able the substance allows additional paint to be placed over the substance. Units must be quoted by the unit issue of "Drums" with relevant poundage described. Product must cover 80 vehicles (@40 tactical trucks and @40 flatbed trailers or equivalent). Recommended 1/8th coating. Samples may be requested. - Equipment for applying coating. This will be evaluated on its technical quality and ability to perform the task. An equipment list with Brand Names, part numbers, and quantities must be provided. If items are not self descriptive, additional details must be provided as to communicate the function and physical characteristics of each device. - Training on the equipment. This item will include a site visit by the offorer to train base personnel in the use and application of the coating material. One week (5 days) worth of training. Delivery: 116th ACS 91588 Rilea McCarter Rd Warrenton, OR 97146 Any response must included desired delivery and training timeframes. Mid-September is the desired target date for site training and Contract completion. Evaluation Criteria: Best Value based on price and technically quality. Price and technical quality are equal factors. This notice is for information only and may represent the only official notice of such solicitation/synopsis. All responses must be submitted in email to the contracting specialist. A determination by the Government not to compete this requirement based on responses to this notice is solely within the discretion of the Government. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.204-7, Central Contractor Registration; 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3 ALT 1, Offeror Representations and Certifications - Commercial Items; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.219-6, 52.219.28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-5, 52.225-13, 52.232-33; FAR 52.222-50, Trafficking in Persons; FAR 52.223-5, Pollution Prevention and Right to Know Information; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.237-1, SITE VISIT; FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation; FAR 52.252-2, Clauses Incorporated by Reference; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisition of Commercial Items; DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-10, Levies on Contract Payments; DFARS 252.247-7023 ALT III, Transportation of Supplies by Sea. The full text of the referenced FAR clauses may be accessed electronically at http://farsite.hill.af.mil/VFFARa.htm. Additional required clauses other than those listed above may be included as Addenda on the award document. All questions and quotes must be directed to TSgt Christopher Fisher at: email: christopher.fisher.2@ang.af.mil or FAX 503-335-4487; Portland Air National Guard, 6801 NE Cornfoot Road, Portland, OR 97218. Please make quotes good for 90 days if possible. Emailed quotes are preferred. Quotes must be received by no later than 1:00 PM PST, Tuesday, Jun 21, 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35-2/W912JV11T4011/listing.html)
 
Place of Performance
Address: 142 FW/MSC 6801 NE Cornfoot Road, Portland IAP OR
Zip Code: 97218-2797
 
Record
SN02471887-W 20110616/110614234547-55e0672ad9a6e7aa88211c7dc571473a (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.