Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2011 FBO #3592
MODIFICATION

81 -- AMC Antenna Boxes

Notice Date
9/23/2011
 
Notice Type
Modification/Amendment
 
NAICS
322211 — Corrugated and Solid Fiber Box Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 7 CONS, 381 Third Street, Dyess AFB, Texas, 79607-1581
 
ZIP Code
79607-1581
 
Solicitation Number
F1R3401215A002
 
Archive Date
10/13/2011
 
Point of Contact
Christopher M. Seaton, Phone: 3256964188
 
E-Mail Address
Christopher.Seaton@dyess.af.mil
(Christopher.Seaton@dyess.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Due date is now 28 September 2011 at 2:00 pm This is a combined synopsis and solicitation for the following commercial items: CLIN 0001: TRIWALL BOXES DIMENSIONS 40 ½ x 39 ¼ x41 ¼ TO BE USED FOR PACKING/SHIPPING OF AMC ANTENNAS BACK TO DEPOT - 20 EA CLIN 0002: TRIWALL BOXES DIMENSIONS 35 ½ x 34 ¼ x 35 ½ RSC 500# DW BOX. WILL BE USED FOR PACKING/SHIPPING AMC ANTENNAS BACK TO DEPOT. - 20 EA CLIN 0003: 2# URETHANE FOAM 2" THICK LINING DIMENSIONS 40 ½ x 39 ¼ x 41 ¼ FOR PACKING/SHIPPING OF AMC ANTENNAS BACK TO DEPOT - 2 SETS CLIN 0004: 75x79" BARRIER BAG FR2175 MIL-DTL-6060 TO PUT AMC ANTENNAS INTO SHIPMENT BACK TO DEPOT - 20 EA CLIN 0005: SPI-01-053-7675 ITEM 3-11 METAL FRAME, ASSEMBLED, USED TO GO INSIDE TRIWALL BOXES FOR PACKING/SHIPPING (MOUNTING) AMC ANTENNAS BACK TO DEPOT. - 20 EA This synopsis and solicitation is 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 is issued as a request for quote (RFQ). Submit written offers (oral offers will not be accepted), on RFQ F1R3401215A002. Quotes will be evaluated and an award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. All firms or individuals responding must be registered with the Central Contractor Registration (CCR) IAW FAR 52.204-7. This procurement is being issued as a 100% SMALL BUSINESS SET-ASIDE. North American Industrial Classification Standard 322211, Size Standard, 500 employees, applies to this procurement. FOB: Destination for delivery to 7 LRS/LGRDDC, 110 3rd Street Bldg 7004, TX 79607-1581. The provisions that apply to this solicitation are as follows: FAR 52.212-1, Instructions to Offerors-Commercial FAR 52.212-2, Evaluation-Commercial Items FAR 52.212-3, Offeror Representations and Certificates FAR 52.214-31, Facsmilie Bids FAR 52.252-1, Solicitation Provisions Incorporated by Reference The clauses that apply to this solicitation are as follows: FAR 52.212-4, Contract Terms and Conditions-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (the following clauses are cited) - FAR 52.203-6, Restrictions on Subcontractor Sales to the Government - FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards - 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 - 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 52.223-18, Contractor Policy to Ban Text Messaging While Driving - FAR 52.225-13, Restrictions on Certain Foreign Purchases - FAR 52.232-33, Payment by Electronic Funds Transfer FAR 52.252-2, Clauses Incorporated by Reference FAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (The following clauses are cited) - DFAR 252.203-7000, Requirements Relating to Compensation of Former DoD Officials - DFAR 252.225-7001, Buy American Act and Balance of Payments Program - DFAR 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports AFFARS 5352.201-9101, OMBUDSMAN AFFARS 5352.223-9001, Heath and Safety on Government Installations AFFARS 5352.242-9000, Contractor Access to Air Force Installations All questions pertaining to this requirement must be submitted and received no later than 2:00 p.m. (CST), 19 September 2011. All quotes must be faxed to 325-696-4188 attn: SrA Christopher M. Seaton or via email to christopher.seaton@dyess.af.mil OR A1C Denzil Wheat via email at denzil.wheat@dyess.af.mil. For any questions call 325-696-4188. Quotes are required to be received no later than 02:00 PM CST, Wednseday, 28 September 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/7CONS/F1R3401215A002/listing.html)
 
Place of Performance
Address: 381 Third St., Dyess AFB, Texas, 79607-1581, United States
Zip Code: 79607-1581
 
Record
SN02590490-W 20110925/110923235945-a4a0d569ecf7da4d8e8e176360624781 (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.