Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2011 FBO #3581
MODIFICATION

38 -- Airport snow plow

Notice Date
9/12/2011
 
Notice Type
Modification/Amendment
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 366 CONS, 366 Gunfighter Ave Ste 498, Mountain Home AFB, Idaho, 83648-5258
 
ZIP Code
83648-5258
 
Solicitation Number
FA4897-11-Q-0023
 
Archive Date
9/29/2011
 
Point of Contact
Larry Gane Gilpatrick Jr., Phone: (208)828-3435
 
E-Mail Address
larry.gilpatrick@mountainhome.af.mil
(larry.gilpatrick@mountainhome.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Do to lack of responses from interested parties this solicitation is being reopened and extended until 1630 MST on 14 September 2011. "NOTICE TO OFFERORS: Funds are not presently available for this project. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs." (i) This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. (ii) Request for Quote (RFQ) FA4897-11-Q-0023 is a combined synopsis/solicitation for commercial items. This combined synopsis/solicitation is issued as an RFQ. Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 and through Department of Defense Acquisition Regulation Change Notice 20110819. It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm (iv) This procurement is being issued unrestricted. North American Industrial Classification Standard: 333120; Small Business Size Standard: 750 (v) Brand Name or Equal CLIN 0001 - 1 EA - Henke APR 44-26HD Airport Plow 26' Heavy Duty reversable airport snow plow Snow plow to fit on a 9230 John Deere tractor CLIN 0002 - 1 EA - PL-6X00 Grouser push frame and lift system -includes mechanical coupler and auxillary hydraulics hoses to run plow angle CLIN 0003 - 1 EA - Installation of plow and attachments CLIN 0004 - 1 EA - Pickup and delivery of tractor. (vi) FOB-Destination for delivery to: 750 Liberator St., Building 1327, Mountain Home AFB, ID 83648. Delivery NLT 30 Days after receipt of order. Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). (vii) The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer, conforming to the synopsis/solicitation, will be most advantageous to the Government, price considered. (viii) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-4 addendum is also included. (ix) The following provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment; FAR 52.211-6 Brand Name or Equal; 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 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Contractor Policy to Ban Text Messaging while Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification; 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; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.204-7004 Alternate A; DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.225-7002 Qualifying Country Sources as Subcontractors; DFARS 252.232-7003 Electronic Submission of Payment Requests, and AFFARS 5352.201-9101 Ombudsmen (see below POC) **Eric Thaxton, 129 Andrews Street,Langley AFB, VA 23665, Email eric.thaxton@langley.af.mil, Phone: (757)764-5372, Fax:(757)764-4400** (x) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item (DEVIATION). (xi) The clause at DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items (DEVIATION). (xii) The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items, applies to this acquisition. (xiii) The clause at FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, applies to this acquisition. Complete only paragraph (j) of this provision if the annual representations and certificates have been completed electronically at http://orca.bpn.gov. If the annual representations and certifications has not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed. (xiv) Quotes can be emailed to larry.gilpatrick@mountainhome.af.mil. Quotes can also be faxed to (208) 828-6486. Quotes are required to be received no later than 1630 MST, 1 September 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/366CONS/FA4897-11-Q-0023/listing.html)
 
Place of Performance
Address: Work will be performed at the contractors location., United States
 
Record
SN02572602-W 20110914/110913000148-d7035f69e9fd0c1ebdcfb663566864dd (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.