Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2011 FBO #3583
SOLICITATION NOTICE

16 -- PHANTOM Parachutist Oxygen System - Description-Addresses - Justification and Approval

Notice Date
9/14/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336419 — Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, AMIC CONTRACTING OFFICE, 11817 CANON BLVD, Suite 306, Newport News, Virginia, 23606-4516, United States
 
ZIP Code
23606-4516
 
Solicitation Number
F2QF151195A001_Parachutist_O2_System
 
Archive Date
10/4/2011
 
Point of Contact
SHELLEY DAVIS, Phone: 7572257713, LaTisha A. Ross, Phone: 7577649435
 
E-Mail Address
shelley.davis@langley.af.mil, latisha.ross@langley.af.mil
(shelley.davis@langley.af.mil, latisha.ross@langley.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is the Brand Name Justification and Approval document. This attachment lists the item descriptions, part numbers, quantities, and the distribution of the items; as well as the delivery addresses. COMBINED SYNOPSIS/SOLICITATION 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; quotes are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ) and is being issued as 100%, full and open competition. Request is for BRAND NAME: Carleton Technologies, Inc. The solicitation document, incorporated provision and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-53. The government requires the following items: SEE SALIENT CHARACTERISTS BELOW. All responsible sources offering BRAND NAME equipment may submit a quotation which shall be considered. Prospective offerors must be CCR registered and must complete the ORCA on-line representation or provide a copy of their representation and certification as required by FAR Clause 52.212-3. The North American Industry Classification System (NAICS) code for this requirement is 336419. 1. Description: *PLEASE SEE THE FULL DESCRIPTION IN THE ATTACHMENT* ITEM NO SCHEDULE OF SUPPLIES/PART # QTY UNIT UNIT PRICE AMOUNT 0001 CONSOLE (NEW) 7920030-25 5 EA $ _________ $ _________ 0002 CONSOLE UPGRADE KIT B47339-1 2 KT $ _________ $ _________ 0003 CONSOLE HOSE UPGRADE KIT 54 KT $ _________ $ _________ B47378-1 0004 TWIN 50 UPGRADE KIT B47447-1 40 KT $ _________ $ _________ 0005 TWIN 50 (NEW) B48230-1 15 EA $ _________ $ _________ 0006 PHANTOM TOOL KITS B49571-1 31 KT $ _________ $ _________ Delivery is required 60 days after receipt of award. See Attached Delivery Schedule. Shipping should be included in the vendor's quote (locations CONUS & OCONUS) 2. Salient Characteristics: BRAND NAME ITEMS: *PLEASE SEE ATTACHED DOCUMENT WITH THE LIST OF BRAND NAME ITEMS REQUIRED. **ITEMS LISTED ABOVE MUST BE THE BRAND NAME SPECIFIED, NO OTHER BRANDS WILL BE ACCEPTED. SEE JUSTIFICATION & APPROVAL DOCUMENT. NOTE: All potential bidders must meet the BRAND NAME requirement (see ATTACHMENT). All potential bidders must meet all salient characteristics listed in the above descriptions as BRAND NAME. NEW Equipment ONLY; No remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty and none of these products will have a negative impact on the warranties of associated system components. 3. Evaluation: Award will be made on the basis of the lowest priced quote meeting the Brand Name requirement. Delivery must be in full by the required delivery date. The Government reserves the right to award a single award or make multiple awards in order to obtain the overall best value for the Government. Incomplete quotes will not be evaluated and will be rejected. 4. Delivery Location(s): As stated above in paragraph 1. See attached delivery schedule. Prices must be submitted based on FOB Destination CONUS and OCONUS which means the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. 5. The following Provisions and Clauses are applicable: a. 52.212-1 Instructions to Offerors - Commercial b. 52.212-3 Offeror Representations and Certifications Please include a completed copy of 52.212-3 or complete at https://orca.bpn.gov/ c. 52.212-4 Contract Terms and Conditions - Commercial Items d. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (MAY 2011) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(i) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities (iii) Reserved. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) Reserved (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jan 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) e. 52.247-34 F.O.B. Destination f. 52.252-1 Solicitation Provisions Incorporated by Reference g. 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm h. 252.246-7000 Material Inspection and Receiving Report i. 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports j. 5352.201-9101 Ombudsman (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Mr. Eric Thaxton, 129 Andrews St, Langley AFB, VA 23665-2769, phone number (757) 764-5372, facsimile number (757) 764-4400, Email address: eric.thaxton@langley.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (END OF CLAUSE) 6. Commercial Warranty applies: Please state the commercial warranty terms within your quote along with identifying any additional warranty information that is applicable. 7. GSA or Open Market: Please indicate if your quote is open market or on the GSA Schedule (provide specific schedule). To have a quote considered for award the contractor vendors must provide manufacturer part number and extended specifications of the exact model being proposed for all line items. NO EXCEPTIONS. Failure to provide this information will result in a "non-responsive" quote and removal from award consideration. Partial shipments are not acceptable. Contractor quotes should be valid for at least 30 days from close of this announcement. Quotes will be accepted via email only. Email shelley.davis@langley.af.mil and latisha.ross@langley.af.mil, NLT 19 September 2011, 4:00 PM Eastern Standard time. Questions regarding this RFQ can be directed to Contract Specialist, Ms. Shelley Davis, Phone: 757-225-7713. Recommend that you call Ms Davis, or Ms Ross, 757-764-9435, to verify receipt of quotes.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/AACCONS/F2QF151195A001_Parachutist_O2_System/listing.html)
 
Place of Performance
Address: See Attached Description-Addresses, United States
 
Record
SN02577357-W 20110916/110915001336-a8bf7bd1a71c43ad096362928f2b3703 (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.