Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2011 FBO #3582
SOLICITATION NOTICE

59 -- Power Distribution

Notice Date
9/13/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
136 AW/MSC, 200 Hensley Ave., Building 1672, Carswell Joint Reserve Base, Fort Worth, TX 76127-1672
 
ZIP Code
76127-1672
 
Solicitation Number
F6J1AL1252A001
 
Response Due
9/19/2011
 
Archive Date
11/18/2011
 
Point of Contact
136th Contracting Office, 817-852-3254
 
E-Mail Address
136 AW/MSC
(136msg.contracting@txcars.ang.af.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. IT IS RECOMMENDED THAT OFFERORS REVIEW THE COMBINED SYNOPSIS/SOLICITATION IN PDF FORMAT (ATTACHED). i.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; offers are being requested and a written solicitation will not be issued. ii.The solicitation number is F6J1AL1252A001 and is issued as a Request for Quote (RFQ). Offerors shall consider any language contained herein, through inclusion by a clause or provision, or communication, to be that which is related to the type of solicitation indicated in this paragraph (e.g. quote versus offer, proposal, or bid). iii.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-53. iv.This notice is a total set-aside for small business concerns. The associated NAICS code is 335931 and small business size standard is 500. v.The government requests a GSA quote for the following item(s) with the referenced minimum physical and functional characteristics (MPFC): 1.Description: Distribution Box, Model: N/A, Manufacturer: Lex Products Corp., Part No.: DB200MU-N66-S3, Quantity: 4(ea), MPFC are as follows: Item shall have the specific characteristics of the brand name product with regard to input, output, and protection. The distribution box shall provide the same quantity (at a minimum) and type of receptacles, as well as maintain compatibility with the cables listed elsewhere in this solicitation. 2.Description: Cable, Model: N/A, Manufacturer: Lex Products Corp., Part No.: MILC60-50, Quantity: 22(ea), MPFC are as follows: Item shall have the specific characteristics of the brand name product and maintain compatibility with the distribution box listed elsewhere in this solicitation. 3.Description: Distribution Box, Model: N/A, Manufacturer: Lex Products Corp., Part No.: DB-60NU-ACCUS3, Quantity: 4(ea), MPFC are as follows: Item shall have the specific characteristics of the brand name product with regard to input, output, and protection. The distribution box shall provide the same quantity (at a minimum) and type of receptacles, as well as maintain compatibility with the cables listed elsewhere in this solicitation. 4.Description: Distribution Box, Model: N/A, Manufacturer: Lex Products Corp., Part No.: DB100MU-F100S3, Quantity: 1(ea), MPFC are as follows: Item shall have the specific characteristics of the brand name product with regard to input, output, and protection. The distribution box shall provide the same quantity (at a minimum) and type of receptacles, as well as maintain compatibility with the cables listed elsewhere in this solicitation. 5.Description: Cable, Model: N/A, Manufacturer: Lex Products Corp., Part No.: MILCTF200-4, Quantity: 4(ea), MPFC are as follows: Item shall have the specific characteristics of the brand name product and maintain compatibility with the distribution box listed elsewhere in this solicitation. vi.The clause at FAR 52.211-6, Brand Name or Equal, is applicable to this solicitation. 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. Any offeror proposing equal items shall provide sufficient product literature for government evaluation. vii.Offers shall clearly specify a delivery date and type of freight transportation (FOB destination or origin). It should be noted that the government prefers FOB destination. Delivery shall be made to Naval Air Station Joint Reserve Base Fort Worth, Texas, 76127 for inspection and acceptance by an authorized government official, unless otherwise indicated by the contracting officer. The specific address shall be provided at the time of contract award. viii.The provision at Federal Acquisition Regulation (FAR) 52.212-1, Instruction to Offerors-Commercial, applies to this acquisition, without addenda. ix.The government shall utilize the evaluation procedures shown below in lieu of the provision at FAR 52.212-2, Evaluation-Commercial Items. The government shall perform an evaluation and issue a contract to the offeror whose offer represents the overall greatest benefit to the government. The government shall consider the following selection criteria in its evaluation of technically acceptable offers: price, features, and delivery. The government reserves the right to perform tradeoffs amongst factors when determined to be in the best interest of the government. x.Offerors shall include a copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, and FAR 52.219-1 (Alt I), Small Business Program Representations, with their offer. Any offer received by the government not including these provisions may result in the government not considering your offer for evaluation. The government may provide these documents as an attachment to this solicitation or via email; though offerors are encouraged to download the most current reference from http://farsite.hill.af.mil. ***Note - Offerors may elect to complete the representations and certifications online at https://orca.bpn.gov. When completing online via ORCA, the offeror is still required to provide a written copy of FAR 52.212-3, Representations and Certifications-Commercial Items, though section (k) of this provision need only be completed (written copy of FAR 52.219-1, Small Business Program Representations not required). If the offeror does not elect to complete representations and certifications online, sections (b) through (j) of this clause shall be completed as applicable. xi.The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial, applies to this acquisition, without addenda. xii.The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order-Commercial Items applies to this acquisition. The following clauses and/or provisions apply to this acquisition: FAR 52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.219-6, Notice of Total Small Business Set-Aside; 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 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.222-50, Combating Trafficking in Persons; 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 xiii.The following clauses and/or provisions apply to this acquisition: FAR 52.204-7, Central Contractor Registration; FAR 52.211-6, Brand Name or Equal; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25, Affirmative Action Compliance; FAR 52.225-18, Place of Manufacture; FAR 52.252-1, Solicitation Provisions Incorporated By Reference; FAR 52.252-2, Clauses Incorporated By Reference; FAR 52.252-5, Authorized Deviations In Provisions; FAR 52.252-6, Authorized Deviations In Clauses; FAR 52.253-1, Computer Generated Forms; DFARS 252.204-7003, Control of Government Work Product; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7004 (Alt A), Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Acquisition of Commercial Items (Deviation); 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; DFARS 252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payments Program; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications; 252.247-7023 (Alt III), Transportation of Supplies by Sea xiv.The following Defense Priorities and Allocations System (DPAS) rating applies: N/A xv.All offers shall be submitted no later than 1:00 PM (CST) on the 16th of September 2011 by email to 136msg.contracting@ang.af.mil or by delivery to 200 Hensley Ave, Building 1672, Fort Worth, Texas, 76127-1672. The use of facsimile for the submission of offers is not authorized. xvi.For further information regarding this solicitation, offerors can contact Master Sergeant Micah Kruse by phone at 817-852-3254 or by email at 136msg.contracting@ang.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA41-1/F6J1AL1252A001/listing.html)
 
Place of Performance
Address: 136th Aiftlift Wing 200 Hensley Ave., Building 1672 Fort Worth TX
Zip Code: 76127-1672
 
Record
SN02574123-W 20110915/110914000233-a8696ef07c1600467cb9eb454057fd66 (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.