Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2011 FBO #3568
SOLICITATION NOTICE

42 -- NoFoam System - Sole Source Justiifcation Letter

Notice Date
8/30/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
922160 — Fire Protection
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 65 CONS - Lajes Field, Azores, 65 CONS/LGC, Lajes Field, Azores APO, 09720
 
ZIP Code
09720
 
Solicitation Number
FA4486-11-CK-006
 
Archive Date
10/14/2011
 
Point of Contact
Charles M. Kendall, Phone: 011351295576173
 
E-Mail Address
charles.kendall@lajes.af.mil
(charles.kendall@lajes.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is the Justification and Approval letter that authorizes this to be a sole source acquisition. This is a combined synopsis and 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; quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number for this procurement is FA4486-11-CK-006 and is issued as a Request for Quotation (RFQ). A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53, DFARS Change Notice 20110819, and Air Force Acquisition Circular 2011-0714. There is no small business set-aside for this acquisition. The NAICS code assigned to this acquisition is 922160 - Fire Protection. RESPONSE TIME: REQUEST FOR QUOTATION WILL BE ACCEPTED AT THE 65 CONTRACTING SQUADRON (LGCA) LOCATED AT: BLDG T-615 UNIT 7775 APO, AE 09720. NO LATER THAN 5:30 P.M. (EST + 4) AZORES TIME ON 29 SEPTEMBER 2011. ALL QUOTES SHALL BE MARKED WITH REQUEST FOR QUOTATION (RFQ) NUMBER AND TITLE. EMAIL OFFERS WILL BE ACCEPTED. Primary Point of Contact: SSgt Charles Kendall, Email: charles.kendall@lajes.af.mil, Phone: (011-351) 295-57-6173. Line Items Product/Service Name Qty Unit No Foam Skid Mounted System 1 EA Trailer Including Mounting 1 EA Suggested Options For Trailer 1 EA Retro Fit Kits 5 KITS Dye Concentrate(One Year Supply) 1 EA Description THIS IS A SOLE SOURCE ACQUISITION FOR THE NO FOAM SYSTEM WITH ACCESSORIES. ALL QUOTES SHOULD INCLUDE SHIPPING COSTS ON AN FOB DESTINATION BASIS TO THE FREIGHT CONSOLIDATION POINT IN NORFOLK, VIRGINIA 23511 OR DIRECTLY TO LAJES FIELD, AZORES, PORTUGAL. *All specifications are considered minimum requirements: Line Item 1 - No Foam Unit, skid based system, Schedule B No: 9032896030 Line Item 2 - Transportation trailer dual axis (axis rated at 2 x 3500 pounds), Schedule B No: 8716390030 Details: Carson Utility Trailer model 5x8 feet, 1 foot railing, no tail gate, standard color (International Safety Yellow) Line Item 3 - Customization of trailer: 10 inch brakes (Independent hydraulic braking system, with a single axle brake for the tandem axle trailer), pintle eye for towing (instead of the standard ball tow mount), and a jockey/dolly wheel fitted to a leveler jack for balancing and easy moving without the trailer being vehicle mounted. Line Item 4 - Retrofit kits (accessory required to enable testing on a fire vehicle) as specified by customer. Fire vehicle accessory: Schedule B No. 8708998175 (Please Provide Kits For Vehicle Types: 5 Crash trucks or 5 (ARFF) Airport Rescue Firefighting vehicles) Line Item 5 - 1 year supply of dye: 4 gallons of dye concentrate (estimated amount needed for 12 months of operation) Basic dye: Schedule B No: 3204130000 - Preferred Color: Blue The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The following addenda are made to this provision. Paragraph (b) Submission of offers is added to read: Quotations shall be in the English language. Quotations received in other than English shall be rejected. Paragraph (f) Late submissions, modifications, revisions, and withdrawals of offers is added at (f)(2)(i) to read: (D) or if this solicitation is a request for quotation, it is determined that acceptance of the quotation is in the best interests of the United States. 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) price and the second (ii) is the technical capability of the item quoted to meet the requirement of that provision. 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. 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. 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 Work Flow 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. 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 FAR clause at paragraph (a) is considered checked and applicable to the 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) The following additional contract clauses and provisions apply to this acquisition: The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.209-6 - Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment, 52.222-19 - Child Labor---Cooperation with Authorities and Remedies, 52.222-50 - Combating Trafficking in Persons, 52.225-13 - Restrictions on Certain Foreign Purchases, 52.232-33 - Payment by Electronic Funds Transfer - Central Contractor Registration, 52.233-3 - Protest After Award, and 52.233-4 - Applicable Law for Breach of contract Claim. The following DFARS clauses will apply: 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials, 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights, 252.225-7041 - Correspondence in English, 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports, 252.232-7010 - Levies on Contract Payments, 252.233-7001 - Choice of Law (Overseas), and 252.247-7023(Alternate III) - Transportation of Supplies by Sea. The following AFFARS clause will apply: 5352.201-9101 - Ombudsman. The full text of a FAR clause may be accessed electronically at http://farsite.hill.af.mil. The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. PERIOD OF ACCEPTANCE OF OFFERORS: The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. LATE OFFERS: Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/65CONS/FA4486-11-CK-006/listing.html)
 
Place of Performance
Address: Lajes Field, Azores, Portugal, Lajes Field, Non-U.S., 09720, Portugal
 
Record
SN02555820-W 20110901/110831000316-82a33806b9f8cdfb20fe78ce42f036c5 (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.