Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2011 FBO #3513
SOLICITATION NOTICE

66 -- Weigh in motion scales

Notice Date
7/6/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333997 — Scale and Balance Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 366 CONS, 366 Gunfighter Ave Ste 498, Mountain Home AFB, Idaho, 83648-5258
 
ZIP Code
83648-5258
 
Solicitation Number
FA4897-11-Q-0011
 
Archive Date
7/27/2011
 
Point of Contact
Phillip M Manwaring, Phone: 2088286479, Larry Gane Gilpatrick Jr., Phone: (208)828-3118
 
E-Mail Address
phillip.manwaring@mountainhome.af.mil, larry.gilpatrick@mountainhome.af.mil
(phillip.manwaring@mountainhome.af.mil, larry.gilpatrick@mountainhome.af.mil)
 
Small Business Set-Aside
N/A
 
Description
(i) This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and written solicitation will not be issued. (ii) Request for Quote (RFQ) FA4897-11-Q-0011 is a combined synopsis/solicitation for commercial items. This combined synopsis/solicitation is issued as a RFQ. Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-52 and through Department of Defense Acquisition Regulation Change Notice 20110629. It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm (iv) This procurement is being issued Unrestricted. North American Industrial Classification Standard: 333997; Small Business Size Standard: 500 (v) Brand Name or Equal. Or equal item must meet all specifications of part numbers listed below. CLIN 0001 - 1 EA - 4 Weigh in motion (WIM) pads, Part # 160151, - leveling pads -spacers for/aft ramps -WIM-Junction Box -Interconnect Cables -Notebook Computer -WIM Software -AF Interfaces and Crate. -20K pound/10K Kg per WIM Pad - must operate in temps below zero and above 100. CLIN 0002 - 1 EA - Cargo Scale, Part # 180018, -10' x 10' CW500-20K1010 -20,000 x 5 - 20K capacity - must operate in temps below zero and above 100. CLIN 0003 - 1 EA - Forklift Channels, Part # 100606, - option for Part #180018 Cargo Scale - Enables forklift tines to be removed from/placed under cargo while on scale. CLIN 0004 - 1 EA - GP1200 Stainless Steel with Digital Output for use with Part # 180018 Cargo Scale, Part # 100635DIG, -Features: 20 Bit A/D Converter -Jumbo LCD Display -Gross/Net/Tare -Stainless Steel Housing -Digital Input -Alkaline or NiCad Battery Power -Low Power CMOS design and Full Keypad Setup & Calibration CLIN 0005 - 4 EA - Assy LS700 WIM Cable, Part # 000389, - 1 set spare cables for use with 4ea WIM pads [1 per pad] CLIN 0006 - 1 EA - WIM Crate Trailer, Part # 160157, - Trailer with Pintle Hook (Tow Eye) for towing (vi) FOB-Destination for delivery to: 1190 Desert Ave., Building 1322, Mountain Home AFB, ID 83648. Delivery NLT 30 Days ARO. Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). (vii) The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price considered. (viii) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-4 addendum is also included. (ix) The following provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment; FAR 52.211-6 Brand Name or Equal; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 Post Award Small Business Program Rerepresentation; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Contractor Policy to Ban Text Messaging while Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.204-7004 Alternate A; DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.225-7002 Qualifying Country Sources as Subcontractors; DFARS 252.232-7003 Electronic Submission of Payment Requests, and AFFARS 5352.201-9101 Ombudsmen (see below POC) **Eric Thaxton, 129 Andrews Street,Langley AFB, VA 23665, Email eric.thaxton@langley.af.mil, Phone: (757)764-5372, Fax:(757)764-4400** (x) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item (DEVIATION). (xi) The clause at DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items (DEVIATION). (xii) The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items, applies to this acquisition. (xiii) The clause at FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, applies to this acquisition. Complete only paragraph (j) of this provision if the annual representations and certificates have been completed electronically at http://orca.bpn.gov. If the annual representations and certifications has not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed. (xiv) Quotes MUST be emailed to phillip.manwaring@mountainhome.af.mil, and larry.gilpatrick@mountainhome.af.mil. Quotes can also be faxed to (208) 828-2658. Quotes are required to be received no later than 1630 MST, 12 July 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/366CONS/FA4897-11-Q-0011/listing.html)
 
Place of Performance
Address: 1190 Desert Ave., Building 1322, Mountain Home AFB, Idaho, 83648, United States
Zip Code: 83648
 
Record
SN02490271-W 20110708/110706234459-8b924aa666b55098d1978af14a3c86f6 (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.