Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 18, 2011 FBO #3493
MODIFICATION

12 -- Foam System Repair

Notice Date
6/16/2011
 
Notice Type
Modification/Amendment
 
NAICS
333911 — Pump and Pumping Equipment Manufacturing
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 39th Contracting Sqd - Incirlik, Incirlik AB, Unit 7090 Box 127, Incirlik AB, Turkey, 09824-0280
 
ZIP Code
09824-0280
 
Solicitation Number
FA5685-11-Q-0030
 
Archive Date
6/27/2011
 
Point of Contact
Scott E. Stahl, Phone: 90-322-316-8075, ,
 
E-Mail Address
scott.stahl@incirlik.af.mil, 39cons.lgcb@incirlik.af.mil
(scott.stahl@incirlik.af.mil, 39cons.lgcb@incirlik.af.mil)
 
Small Business Set-Aside
N/A
 
Description
ATTENTION POTENTIAL OFFERORS: (i) 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 constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is FA5685-11-Q-0030. The solicitation is issued as a request for quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50, DFARS Change Notice 20110518, and Air Force Acquisition Circular 2011-0421. (iv) There is no small business set-aside for this acquisition. However, this acquisition is set-aside for Turkish business concerns. Due to established economic agreements between the United States Government and the Government of Turkey, the U.S. Air Force intends to award this solicitation to a business concern within the country of Turkey. The NAICS code assigned to this acquisition is 333911. (v) There are two (2) contract line item numbers (CLIN)s. The quantity and unit of measure for CLIN 0001 is 1 Lump Sum. The quantity and unit of measure for CLIN 0002 is 1 Lump Sum. (vi) CLIN 0001: FOAM SYSTEM REPAIR: Disassemble, repair and maintain the foam system. Perform hydrostatic test of foam tank. Replace deluge valve with trims the bladder and foam shall be replaced after hydrostatic test. Test the system when reassembling completed. IAW attached Statement of Work. If you would like a site visit please see paragraph (xiii) (3) 5352.215-9001 Notice of Pre-Bid/Pre-Proposal Conference. CLIN 0002 : WARRANTY: All work, labor, and repairs will be under warranty by the contractor for one (1) year from the date of final acceptance. (vii) All quantities ordered will be delivered within __ calendar days to Incirlik Air Base, Adana, Turkey on a FOB Destination basis. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The following addenda is made to the provision. Paragraph (b) Submission of offers is added to read: Quotations shall be in terms of U.S. Dollars. Quotations received in other than U.S. Dollars shall be rejected. Quotations shall also be submitted in the English Language. Quotations received not in English will not be considered. The provision at 252.212-7000 Offeror Representations and Certifications--Commercial Items, applies to this acquisition. The certification in paragraph (b) of the provision at 252.212-7000 does not apply to this solicitation. (ix) The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. There are two specific evaluation criteria included in paragraph (a). The first one is (i) technical capability of the items quoted to meet the requirement of that provision. Offerors shall submit a material list of the items used in all repairs in order for the customer to approve the technical capabilities. For this solicitation, technically acceptable also means that all repair, service, and test shall be done by CHEMGAURD authorized or certified personnel. The contractor shall prepare certification documents and distribute one copy attached to their bid. If asked original certificate shall be presented to the POC for audit purposes. The last criteria is (ii) price. The Lowest Price Technically Acceptable Source Selection Process will be used in this acquisition. (x) The provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, applies to this acquisition. The quotation must include a complete copy of this provision. See http://orca.bpn.gov. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The following addenda are made to this clause. Paragraph (a) Inspection/Acceptance is added to read: The contractor shall use the Wide Area Workflow web page at https://wawf.eb.mil/index.html to submit invoices for acceptance. Paragraph (o) Warranty is added to read: The contractor shall provide all standard commercial (including manufacturer) warranties to the United States Government. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause under paragraph (b) are considered checked and applicable to the acquisition: (1), (19), (33), & (38). The clause at 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional DFARS clauses cited in the clause under paragraph (b) are considered checked and applicable to the acquisition: (1), (6), (18), (20), (21)(ii), (22) (xiii) The following four additional contract clauses apply to this acquisition: (1) DFARS 252.229-7001 Tax Relief. Paragraph (a) is filled in as follows: "Name of Tax: VAT/KDV, Rate (Percentage): 18%". (2) DFARS 252.233-7001 Choice of Law (Overseas). (3) 5352.215-9001 Notice of Pre-bid/Pre-proposal Conference. Please provide the applicable information by 16 June 2011 for your gate pass. The site visit will then be scheduled for 21 June 2011 at 10:00 am. The final date to submit a quote will be 24 June 2011. (4) AFFARS 5352.201-9101 Ombudsman. Paragraph (c) is filled in as follows: Primary: Tara Petersen, HQ USAFE/A7K, Unit 3050, Box 10, APO AE 09094-0110, HQ USAFE/A7K, Flugplatz Ramstein, 66877 Ramstein Germany, E-Mail: tara.petersen@ramstein.af.mil, Tel: 0049-637-147-2209, Fax: (49)-6731-47-2025. Alternate: Heidi Hoehn, HQ USAFE/A7K, UNIT 3050, Box 10, APO AE 09094-0110, HQ USAFE/A7K, Flugplatz Ramstein, 66877 Ramstein Germany, E-mail: heidi.hoehn@ramstein.af.mil, Tel: 0049-637-147-9330, Fax: (49)-6731-47-2025 (4) AFFARS 5352.242-9000 Contractor access to Air Force installations. Paragraph (b) is filled in as follows: The Turkish Air Force will coordinate with contractors to attain necessary documents and information to grant access to the installation. The United States Government will not be held liable for any delays or breach of contract caused by refusal of the Turkish Air Force to grant a gate pass. The contractor shall notify the contracting officer immediately if access is denied. (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xv) Quotations are due by 4:00PM on 24 June 2011. In addition to providing the information required above, Turkish Vendors shall provide the following documents, translated and certified in English: (1) Tax Payer License, (2) Trade Chamber Registration, (3) Signature Circular, (4) Company Registration (if applicable), (5) Certified/Authorized Retail/Reseller documentation from manufacturer and or importer of requested supply(s), and (6) Photocopies of written warranty documents (if applicable). (7) Materials List of all items used in repairs. (8) 1 Copy of CHEMGAURD certification. (xvi) Contact A1C Scott Stahl at E-Mail: scott.stahl@incirlik.af.mil and 39cons.lgcb@incirlik.af.mil, by Tel: 0-322-316-8075, for any questions or concerns regarding this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/39CS/FA5685-11-Q-0030/listing.html)
 
Place of Performance
Address: Incirlik AB, Turkey, Turkey
 
Record
SN02475453-W 20110618/110616235359-356563a927f2fdabe5fff7c68d6bc88f (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.