Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2011 FBO #3590
SOLICITATION NOTICE

S -- 146 AW - IRRIGATION WELL REPAIR

Notice Date
9/21/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
146th MSG/MSC, 119 Mulcahey Drive, Port Hueneme, CA 93041-4011
 
ZIP Code
93041-4011
 
Solicitation Number
F8S3C11252A003
 
Response Due
9/30/2011
 
Archive Date
11/29/2011
 
Point of Contact
Karen Wegner, 805-986-7972
 
E-Mail Address
146th MSG/MSC
(karen.wegner@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. (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; quotes are being requested and a written solicitation will not be issued. (ii) The solicitation number is F8S3C111252A003 and is issued as a Request for Quotation (RFQ). The Government requires that all contractors doing business with this office be registered with the Central Contractor Registry (CCR). No award can be made to a company not registered in CCR. For additional information and to register in CCR, please access the following web site: http://www.ccr.gov. In order to register, all firms must have a Dunn & Bradstreet Number. A Dunn & Bradstreet number may be acquired free of charge by contacting Dunn & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. Contractors should submit their Certification and Representations thru the on-line Business Partner Network (BPN). The BPN is the single source for vendor data for the Federal Government. Contractors are encouraged to go on-line at www.bpn.gov to complete its representations and certifications. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53 AND DFARS Change Notice 20110819. (iv) This notice is 100% set-aside for small business concerns. The associated NAICS code is 811310 and small business size standard is $7,000,000.00. The Small Business Competitiveness Demonstration Program does not apply for this acquisition. (v) Request quote on the following item(s) and quantity(s): (0001) - Qty 1(ea) - Test and Repair the motor and pump assembly to restore well to full capacity, flush the well, install a new VFD motor controller and program the system to operate at the design pressure and flow. (vi) Please see Performance Work Statement (PWS) (attached) dated 21 September 2011, Reference No.: F8S3C111252A003 and Solicitation Procedures and Special Instructions for information on the Site Visit. Offerors shall provide the requested brand name or equal (if specified), though any Offeror providing an or equal product shall provide specification sheets or product literature for evaluation by the government. (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 Channel Islands Air National Guard Station, 146 CES, Attn: MSgt David Roberson, 113 Mulcahey Drive, Port Hueneme, CA 93041. (viii) FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. In addition to written quotes, offerors are instructed to provide a capability statement describing qualifications to perform requirements listed at paragraphs v and vi. (ix) FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. Paragraph A of this clause is completed as follows: The government will award a contract resulting from this solicitation to the offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The significant evaluation factors shall be price and technical capability of the item offered to meet the needs of the government, and those factors other then cost or price, when combined are approximately equal to cost or price. (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 52.21 2-3, 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; as well as the following addenda: N/A, no addenda to subject clause. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Order-Commercial Items (Deviation), applies to this acquisition. (xiii) The following clauses and/or provisions apply to this acquisition: FAR 52.204-7, Central Contractor Registration; FAR 52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.211-6, Brand Name or Equal; FAR 52.219-1 (Alt I)FAR 52.219-6, Notice of Total Small Business Set-Aside; 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 52.222-25, Affirmative Action Compliance; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.225-18, Place of Manufacture; FAR 52.232-28, 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 52.246-1, Contractor Inspection Requirements; FAR 52.247-34, F.O.B. Destination; 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; Defense Acquisition Regulation Supplement (DFARS) 252.204-7003, DFARS 252.204-7004 (Alt A), Central Contractor Registration; FAR 252.204-7006, Billing Instructions; Control of Government Work Personnel; 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 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications. (xiv) The following additional contract requirement(s) or terms and conditions apply to this acquisition: (1) The offeror shall provide the government with a standard commercial warranty that at a minimum meets that which is offered to commercial marketplace. (2) The offeror shall provide specifications, drawings, and product literature which sufficiently describe the trailer, trailer features, and accessories. (xv) The following Defense Priorities and Allocations System (DPAS) rating applies: N/A. (xvi) The following Numbered Notes apply to this acquisition: N/A. (xvii) To view FAR and DFARS clauses see http://farsite.hill.af.mil/. (xviii) The Government intends to award a single Firm Fixed Priced contract resulting from this solicitation. (xix) The date, time, and place for submission of offers is as follows: 30 September 2011 - 10:00A.M (Local/PDT) - Submit written offers (oral offers will not be accepted) via E-Mail (Preferred Method) or fax. ANY OFFER RECEIVED AFTER THE TIME SET FORTH IN THIS SOLICITATION SHALL BE LATE AND WILL NOT BE CONSIDERED UNLESS DETERMINED TO BE IN THE BEST INTEREST OF THE GOVERNMENT, AS WELL AS MEETING THE CRITERIA SET FORTH IN FAR 52.212-1. ---PLEASE PROVIDE ALL CORRESPONDENCE AND/OR QUESTIONS PERTAINING TO THIS SYNOPSIS/SOLICITATION THROUGH EMAIL---(xx) For further information regarding this solicitation, offerors can contact the following individual(s): Karen R. Wegner - Contract Specialist, Ph: 805-986-7972, Fax: 805-986-7946, e-mail: Karen.wegner@ang.af.mil. ---PLEASE PROVIDE ALL CORRESPONDENCE AND/OR QUESTIONS PERTAINING TO THIS SYNOPSIS/SOLICITATION THROUGH EMAIL---
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA04-4/F8S3C11252A003/listing.html)
 
Place of Performance
Address: 146th MSG/MSC 119 Mulcahey Drive, Port Hueneme CA
Zip Code: 93041-4011
 
Record
SN02586650-W 20110923/110922000522-19bbe5fc3a9a64373762ed0c5ba2b029 (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.