Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2011 FBO #3567
MODIFICATION

28 -- Firetruck Engine

Notice Date
8/29/2011
 
Notice Type
Modification/Amendment
 
NAICS
333618 — Other Engine Equipment 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
FA2860-11-T-0043
 
Point of Contact
David Y Won, Phone: 2406125681
 
E-Mail Address
david.won@afncr.af.mil
(david.won@afncr.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT: the following changes are hereby made to this combined synopsis/solicitation: a. The closing date and time of the solicitation will be changed from 5:00pm EST 2 September 2011 to 12:00pm EST 1 September 2011. b. The delivery date is hereby changed from 30 days ADC to 15 days ADC. Firetruck Engines for 11 LRS 23 August 2011 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 FA2860-11-T-0043 is being issued as a Request for Quote (RFQ) using the Simplified Acquisition Procedures in accordance with FAR Part 13 guidelines. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53. All responsible sources may submit an offer to be considered by the agency. 2. This solicitation has been 100% set aside for small business. This is a brand name or equal requirement; any item with the same salient physical, function, and performance characteristic of the brand name may be accepted. If providing an equivalent model, interested parties must submit clear and convincing documention to satisfy the requirement. The North American Industry Classification System (NAICS) code is 333618 and the business size standard is 1000 employees. 3. The Government will award a firm fixed price contract for a Firetruck Engine for the 11th LRS at Joint Base Andrews. The following items are being procured: Contract Line Item Number 0001 Line Item Description: Item #DR8V92TA P-23 Engine, Complete Quantity: 1 each Contract Line Item Number 0002 Line Item Description: Refundable Core Charge Quantity:1 4. Delivery Information FOB: Destination Delivery date: 15 days after date of contract. Delivery address: 11LRS 3320 Pennsylvania Ave Andrews AFB, MD 20762 Contractor must provide an affirmative statement of their ability to meet the delivery requirement of 15 days after date of contract 5. Clauses & Provisions It is the vendor's responsibility to be familiar with all applicable clauses and provisions. All FAR/DFARS/AFFARS clauses and provisions may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The following provisions are applicable: 52.211-6 - Brand Name or Equal (Aug 1999) 52.212-1 - Instructions to Offerors - Commercial; 52.212-2 - Evaluation -- Commercial Items. EVALUATION PROCEDURES: The government will award a contract resulting from this solicitation on the basis of a ‘Lowest Price Technically Acceptable' (LPTA) approach. An award will be made to the lowest evaluated offer that is technically acceptable. The government may communicate with an offeror in order to clarify or verify information submitted in their offer.; 52.212-3 - Offerors Representations and Certifications - Commercial Items. All offerors must submit representations and certifications in accordance with this provision along with their offer. This provision can be downloaded from the internet via 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 that reject the terms and conditions of the solicitation may be excluded from consideration. 52.252-1 - Solicitation Provisions Incorporated by Reference (Feb 1998). The following clauses are applicable: 52.212-4 - Contract Terms and Conditions - Commercial Items (June 2010); 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2011) (DEVIATION); 52.214-31 - Facsimile Bids (Dec 1989); 52.219-6 - Notice to Total Small Business Set Aside (Jun 2003); 52.222-3 - Convict Labor (Jun 2003); 52.222-19 - Child Labor-Cooperation with Authorities and Remedies (Jul 2010); 52.222-21 - Prohibition of Segregated Facilities (Feb 1999); 52.225-13 - Restrictions on Certain Foreign Purchases (Jun 2008); 52.223-3 - Hazardous Material Identification and Material Safety Data (Jan 1997); 52.233-3 - Protest After Award (Aug 1996); 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004); 52.247-34 - F.O.B. Destination (Nov 1991); 52.252-2 - Clauses Incorporated by Reference (Feb 1998) 52.252-6 - Authorized Deviations in Clauses (Feb 1998) 252.204-7004 - Alternate A, Central Contractor Registration (Sep 2007); 252.212-7001 - Contract Terms and Conditions Required to Implement Status (DEVIATION) 252.232-7010 - Levies on Contract Payments (Dec 2006); 252.212-7001 - Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2011) (DEVIATION) 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 and Receiving Reports (Mar 2008); 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). 6. The contracting office address is as follows: 11th Contracting Squadron 1535 Command Drive, Suite E-200 Joint Base Andrews NAF, MD 20762 7. All quotes must be sent via e-mail to David Won at david.won@afncr.af.mil. Questions shall be submitted no later than 5:00 PM EST, 26 August, 2011. Quotes shall be submitted no later than 12:00 PM EST, 1 September, 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/FA2860-11-T-0043/listing.html)
 
Place of Performance
Address: 3320 Pennsylvania Avenue, Andrews AFB, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN02554369-W 20110831/110830000255-127404d813b5aeed5c6b4305ef4d10c3 (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.