Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2011 FBO #3570
SOLICITATION NOTICE

28 -- QSM-11 Cummins Engines - J&A 6.302-1(c)

Notice Date
9/1/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB, Florida, 32403-5526
 
ZIP Code
32403-5526
 
Solicitation Number
F1XTD21227A001
 
Archive Date
9/23/2011
 
Point of Contact
Benjamin C. Nieto, Phone: 8502838634, William Johnson, Phone: 850-283-8635
 
E-Mail Address
benjamin.nieto@tyndall.af.mil, william.johnson-02@tyndall.af.mil
(benjamin.nieto@tyndall.af.mil, william.johnson-02@tyndall.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
J&A 6.302-1(c) This is a combined synopsis/solicitation for supplies prepared 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, quotes are being requested, and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53. The solicitation reference number is F1XTD21227A001 and this solicitation is being issued as a request for quote (RFQ). This acquisition will be a 100% small business set-aside under North American Industry Classification System (NAICS) code 333618 with a small business size standard is 1000 employees. Contract Line Item Numbers (CLINS): CLIN 0001: (Qty 6 EA) Cummins QSM-11/610hp with ZF 325-1A, 1.733:1 ratio marine gear CLIN 0002: (Qty 3 EA) Parker hydraulic pump, parker outlet flange, parker inlet flange, ZF adaptor, logan PTO unit, and a logan hydraulic power pack Shipping terms will be F.O.B. Destination, Det 2, 66TRS, Pensacola FL with inspection and acceptance at destination. Please note that this is a Brand Name Requirement, see the attached Brand Name Justification. The Government anticipates award on a best value basis. The Government intends to award a contract from this solicitation to the responsible offeror whose offer conforming to the proposal will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Price A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer) whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. The following FAR/DFARS/AFFARS provisions/clauses apply to this acquisition: FAR 52.203-3 - Gratuities FAR 52.203-6 Alt I - Restrictions on Subcontractor Sales to the Government FAR 52.204-4 - Printed or Copied Double-Sided on Recycled Paper FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6 - Protecting the Gov'ts Interests when Sub with Contractors debarred, Suspended FAR 52.212-1 - Instructions to Offerors-Commercial Items FAR 52.212-3 - Alt I Offeror Representations and Certifications - Commercial Items FAR 52.212-4 - Contract Terms & Conditions-Commercial Items FAR 52.212-5 Deviation - Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items FAR 52.219-6 - Notice of Total Small Business Set-Aside FAR52.219-8 - Deviation - Utilization of Small Business Concern FAR52.219-14 - Limitations on Subcontracting FAR 52.219-28 - Post-Award Small Business Program Representation 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 52.222-22 - Previous Contracts and Compliance Reports FAR 52.222-26 - Equal Opportunity FAR 52.232-2 - Service of Protest Contracting Officer 325th Contracting Squadron/LGCB 501 Illinois Ave Ste 5 Tyndall AFB, FL 32403 Bldg 647, Stop 28 FAR 52.222-35 - Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.222-36 - Affirmative Action for Workers With Disabilities FAR 52.222-37 - Employment Reports on Disabled Veterans and Veterans of the Vietnam FAR 52.222-40 - Notification of Employee Rights Under the National Labor Relations Act FAR 52.222-50 - Combat Trafficking Persons FAR 52.223-18 - Contractor Policy to Ban Text Messaging While Driving 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 FAR 52.247-34 - F.O.B. Destination FAR 52.252-1 - Solicitation Provisions Incorporated by Reference (http://farsite.hill.af.mil) FAR 52.252-2 - Clauses Incorporated by Reference (http://farsite.hill.af.mil) FAR 52.252-5 - Authorized Deviations in Provisions FAR 52.252-6 - Authorized Deviations in Clauses (Defense Federal Acquisition Regulation Supplement and Chapter 2) DFARS 252.203-7000 -Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7008 - Export-Controlled Items DFARS 252.209-7001 - Disclosure of Ownership or Control by Gov't of Terrorist Country DFARS 252.209-7004 - Subcontracting with Firms That Are Owned/Controlled by the Gov't of a Terrorist Country DFARS 252.211-7003 - Item Identification and Valuation (CLIN 001 Cummins Engine) DFARS 252.212-7000 - Offeror Representations and Certifications - Commercial Items DFARS 252.212-7001 Deviation - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7000 - Buy American Act-Balance of Payment Program Certificate DFARS 252.225-7001 - Buy American Act-Balance of Payment Program DFARS 252.225-7002 - Qualifying Country Sources as Subcontractors DFARS 252.225-7012 - Preference for Certain Domestic Commodities DFARS 252.225-7015 - Restriction on Acquisition of Hand or Measuring Tools DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7010 - Levies on Contract Payments DFARS 252.243-7002 - Requests for Equitable Adjustment DFARS 252.247-7023 Alt III - Transportation of Supplies by Sea AFFARS 5352.201-9101 - Ombudsman WAWF: Local Clause Offerors shall complete their Online Offeror Representations and Certifications Application (ORCA). Please refer to http://orca.bpn.gov/login.aspx for information regarding the ORCA process. 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. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION (CCR) AND ORCA UNDER THE APPLICABLE NAICS BEFORE BEING CONSIDERED FOR AWARD. Interested parties must include, with their quote, their CAGE code, and tax identification number (TIN), and delivery date. Quotes may be transmitted by e-mail or to fax number (850) 283-8491, e-mail is the preferred method. Quotes must be received at the 325th Contracting Squadron, LGCB flight, no later than 11:00 a.m. CST on Thursday, 8 Sep 2011. The point of contact for this solicitation is A1C Benjamin Nieto Contract Specialist, (850) 283-8634, benjamin.nieto@tyndall.af.mil. Alternate point of contact is A1C William Johnson, Contract Specialist, (850) 283-9147, william.johnson-02@tyndall.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/TynAFBCS/F1XTD21227A001/listing.html)
 
Place of Performance
Address: Pensacola, FL, Pensacola, Florida, 32508, United States
Zip Code: 32508
 
Record
SN02559809-W 20110903/110902103031-0f7c9e2ab58c56f06cf1387da054777c (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.