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

17 -- Crown Wave Work Assist Vehicle 118" Lifting Platform Height

Notice Date
7/6/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333298 — All Other Industrial Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th CONS, 1535 Command Drive, Andrews AFB, Maryland, 20762-6500, United States
 
ZIP Code
20762-6500
 
Solicitation Number
F1DT071157A001
 
Archive Date
8/3/2011
 
Point of Contact
Vincent L. Johnson, Phone: 3019814229
 
E-Mail Address
vincent.johnson@afncr.af.mil
(vincent.johnson@afncr.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Crown Model 50 Wave WAV for 459 AW/MOF 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) 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. Solicitation number F1DT071157A001 is being issued as a Request for Quote (RFQ) using the Simplified Acquisition Procedures in accordance with FAR Part 13 guidelines. The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-52. 2. This solicitation has been 100% set aside for small business. The North American Industry Classification System (NAICS) code is 333298 Industrial Machinery and Equipment Merchant Wholesalers, and the business size standard is 500 employees. 3. The Government will award a firm fixed price contract for "Lowest Price Technically Acceptable" Crown Model WAV 50 Wave Work Assist Vehicles for the Joint Base Andrews and is procuring the following: Contract Line Item Number 0001: SEA 2.0 CF Cylinder, 20" Hose, Dial Gage, Aqua Lung P/N 108320 Quantity/Units - 50 each Size - N/A Color - N/A Item description: 50 SEA cylinders, 20" hoses, dial gage's, and Aqua Lung Contract Line Item Number 0002: LPU-40 Flotation Collar Quantity/Units - 50 each Size - N/A Color - Universal Camo Item description: Flotation Collar Contract Line Item Number 0003: Survival Egress Air (SEA) Hose Quantity/Units - 50 each Size - N/A Item description: 2.0 Dial w/20" Hose Contract Line Item Number 0004: UMD Bottle Pocket Quantity/Units - 50 each Size - N/A Color - Universal Camo Item description: UMD Bottle Pocket for 2.0 SEA Hose Contract Line Item Number 0005: Shipping Cost Delivery Date is 60 days after date of contract Location: 811 OSS Joint Base Andrews-NAF Washington, Maryland 20762 Comm. Phone: 301-981-2592 FOB: Destination 4. It is the vendor's responsibility to be familiar with all applicable clauses and provisions. All Offerors must submit representations and certifications in accordance with the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer. FAR 52.212-3 can be downloaded from the internet: http://farsite.hill.af.mil/ or from http://orca.bpn.gov, if registered in ORCA (On-line Representations and Certifications Application). Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Jun 2005). All FAR Clauses and provisions incorporated by reference may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The following FAR provisions are applicable: 52.212-1, Instructions to Offerors - Commercial; 52.212-2, Evaluation -- Commercial Items applies to this acquisition. EVALUATION PROCEDURES. The government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation, is Lowest Price Technically Acceptable (LPTA): An award will be made on the basis of the lowest evaluated price of quote/offerors that meet brand name only or equal to products, and contractor must provide affirmative statement of their ability to meet delivery requirement of 60 days after date of contract. The government may communicate with an offeror in order to clarify or verify information submitted in their offer. 52.252-1, Solicitation Provisions Included by Reference. The following FAR clauses are applicable: 52.252-2, Clauses Included by Reference (1998); 52.212-4, Contract Terms and Conditions - Commercial Items, with addendum (June 2010); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2011) (DEV), applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable: 52.219-6, Notice to Total Small Business Set Aside (June 2003); 52.222-3, Convict Labor (Jun 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (July 2010); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 - Equal Opportunity (Mar 2007); 52.222-35 - Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2010); 52.222-36 - Affirmative Action for Workers With Disabilities (Oct 2010); 52.222-37 - Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2010); 52.223-3, Hazardous Material Identification and Material Safety Data (Jan 1997); 52.223-9 - Estimate of Percentage of Recovered Material Content for EPA-Designated Products (May 2008); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); and 52.232-33 - Payment by Electronic Funds Transfer--Central Contractor (Oct 2003); 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004). The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2011) (DEV), applies to this acquisition, and specifically the following clauses under paragraph (b) are applicable: 252.225-7001 - Buy American Act and Balance of Payments Program (Jan 2009); 252.232-7003 - Electronic Submission of Payment Requests (Mar 2008); 252.232-7010 Levies on Contract Payments (Dec 2006) and 252.247-7023 - Transportation of Supplies by Sea, Alternate III (May 2002). The following DFARS clause is hereby incorporated into this solicitation: 252.204-7004, Required Central Contractor Registration (CCR) (Sep 2007). NOTE: CCR can be obtained by accessing the Internet, http://www.ccr.gov or by calling 1-888-227-2423. The CCR number must be obtained before award can be made. The following AFFARS clause applies to this acquisition: 5352.242-9000, Contractor Access to Air Force Installations (Aug 2007). The following local clauses apply to this acquisition: 11CONS-004, Environmental Compliance, 11CONS-007, Personnel Security Requirements 11CONS-010 WAWF Instructions 11CONS-011 OMBUDSMAN (AUG 2005). 5. All quotes must be sent via electronic mail (email) to points of contact Vincent Johnson at Vincent.Johnson@afncr.af.mil or sent by facsimile (fax) at 301-981-4229. Questions shall be submitted no latter than 12:00 PM EDT, 11 July, 2011. Quotes shall be submitted no later than 12:00 PM EDT, 19 July, 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/F1DT071157A001/listing.html)
 
Place of Performance
Address: 3635 Patrick Avenue, Andrews AFB, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN02491139-W 20110708/110706235350-a98d78ddde2c313c7c8fb043e5545755 (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.