Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2011 FBO #3541
SOLICITATION NOTICE

58 -- 455 ECS COMM tools

Notice Date
8/3/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423310 — Lumber, Plywood, Millwork, and Wood Panel Merchant Wholesalers
 
Contracting Office
ACC - Rock Island - C3 (ACC-RI-C3), Bldg 60, 3rd Floor, Rock Island, IL 52807
 
ZIP Code
52807
 
Solicitation Number
F3UUBG1207A005
 
Response Due
8/9/2011
 
Archive Date
10/8/2011
 
Point of Contact
Christopher Rudolf, 3097824419
 
E-Mail Address
ACC - Rock Island - C3 (ACC-RI-C3)
(christopher.j.rudolf.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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. Please read the entire solicitation carefully before submitting your bid. Bids not conforming to the specifications herein will be disqualified and discarded. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 in accordance with procedures described in FAR part 13.1. and FAR part 13.5, Commercial Item Test Program, 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 reference number for this procurement is F3UUBG1207A005 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-29 & Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 2009729. This Procurement will be a 100% set-aside for small business - the North American Industry Classification System code is 423310. The Contract will be a Firm Fixed Price Contract. The government reserves the right to award this requirement to more than one vendor or only one vendor. Description: The Contractor shall provide all labor, tools, materials, equipment, personnel and all other services required to provide the following items in support of US Forces Afghanistan: See Attachment All items must be delivered to Bagram Airfield, Afghanistan within 45 days after award. Shipping Instructions: Shipping may be accomplished through the following commercial air carriers who currently are the only authorized companies to land on Kandahar Air Field: FedEx, DHL, Evergreen, National Air Cargo, and DFS Logistic. The cost for freight shall be included in all quotes. The offeror must indicate, within their quotation, which method of shipping is being used. The Government requires the list of items above to be delivered to Kandahar Air Field, Afghanistan, at the following address: 455 ECS/SCXP BAF EAST BLDG 35381C BAGRAM AIRFIELD, AFGHANISTAN APO, AE, 09352 PLEASE QUOTE ACCORDING TO THE SPECIFICATIONS. PRODUCT PROPOSALS SUBMITTED THAT DO NOT CONFORM TO SPECIFICATIONS WILL NOT BE CONSIDERED. PLEASE DESCRIBE YOUR PRODUCTS IN AS MUCH DETAIL AS POSSIBLE, INCLUDING BUT NOT LIMITED TO BRAND NAME MODEL NUMBERS, AND SPECIFICATIONS. TECHNICAL SPECIFICATIONS OF ALL EQUIPMENT MUST BE INCLUDED WITH QUOTATION. ALL QUOTES MUST INCLUDE A DELIVERY SCHEDULE AND TIME FRAME. The following FAR provisions also apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items; Quotes submitted shall contain the following information: Reference number, offeror's name and contact information, terms of the expressed warranty, price, any discount terms and acknowledgement of all solicitation amendments (if applicable). Quotes shall also contain all other documentation specified herein: Period of Acceptance for Offerors - The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers, unless another time period is stated in an addendum to the solicitation. Evaluation Criteria: THE ABOVE REQUESTED PRODUCTS STATED ARE ALL USED FOR COMPARISON, ANY "OR EQUAL" ITEMS WILL BE ACCEPTABLE IF DEEMED SO BY THE CONTRACTING OFFICE, AND THE END USER. "OR EQUAL" ITEMS MUST BE THE SAME OR COMPARABLE SPECIFICATIONS TO THE ABOVE MENTIONED PRODUCTS. The Government will award a contract resulting from this solicitation to the responsible offeror whose quotation meets or exceeds the stated salient characteristic - at the lowest price. All offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, 252.212-7000, Offeror Representations and Certification - Commercial Item, 252.225-7020, Trade Agreements Certificate, with their offer. Any "or equal" items must follow instruction in FAR 52.211-6, Brand name or Equal as follows: a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. The following FAR provisions also apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items; Quotes submitted shall contain the following information: Reference number, offeror's name and contact information, terms of the expressed warranty, price, any discount terms and acknowledgement of all solicitation amendments (if applicable). Quotes shall also contain all other documentation specified herein: Period of Acceptance for Offerors - The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers, unless another time period is stated in an addendum to the solicitation. The following clauses are hereby incorporated by reference: 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 applies to this acquisition. Additional FAR clauses cited in the clause applicable to this acquisition are: (b) 1, 19, 20, 21, 22, 24, and 34. FAR 52.252-2 Clauses Incorporated by Reference. DFARS 252.204-7004 Alt A, Central Contractor Registration (52.204-7). DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Additional DFARS clauses cited in the clause applicable to this acquisition are: (a), (b) 1, 11, 24. Electronic mail quotations will be accepted. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) BEFORE BEING CONSIDERED FOR AWARD. Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. Offerors shall include completed copy of the Online Offeror Representations and Certifications Application if you are NOT already ORCA registered. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process. Offers are due 4:00 pm CST 9 August 2011. Quotations may be submitted to Christopher Rudolf via email Christopher.j.rudolf.mil@mail.mil or mailed to Justin Keeney via e-mail to justin.p.keeney.mil@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0bb5c35e1a1c271884ca6b62373c37c7)
 
Place of Performance
Address: ACC - Rock Island - C3 (ACC-RI-C3) Bldg 60, 3rd Floor Rock Island IL
Zip Code: 52807
 
Record
SN02520927-W 20110805/110804000133-0bb5c35e1a1c271884ca6b62373c37c7 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.