Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2011 FBO #3595
SOLICITATION NOTICE

J -- FCX 270VDC Power Supply On-Site Inspection Agreement - Combo Synopsis/Solicitation

Notice Date
9/26/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 3 CONS - Elmendorf, 10480 22nd Street, Elmendorf AFB, Alaska, 99506-2500
 
ZIP Code
99506-2500
 
Solicitation Number
F1W1M21224AQ01
 
Archive Date
10/13/2011
 
Point of Contact
Anthony Vaughn, Phone: 907-552-7563, Alfredia M Tyler, Phone: 907-552-4707
 
E-Mail Address
anthony.vaughn@elmendorf.af.mil, alfredia.tyler@elmendorf.af.mil
(anthony.vaughn@elmendorf.af.mil, alfredia.tyler@elmendorf.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 1, G-201 Wide Area Work Flow Clause Exhibit A (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and 13.5 streamlined procedures for evaluation and solicitation of commercial items-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) This solicitation is being issued as Request for Quote (RFQ) Number: F1W1M21224AQ01 For On-Site Inspection of FCX Power Supply-12 units for the 3rd Aircraft Maintenance Squadron (3 AMXS) at Joint Base Elmendorf-Richardson (JBER), Alaska (iii) The solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular (FAC) 2005-53, dated 4 August 2011. (iv) The acquisition is 100% Set-Aside for Small Business. The associated NAICS Code for this requirement is 811219 - Other Electronic and Precision Equipment Repair and Maintenance. Proposals from all responsible small businesses will be considered. However, only proposals fulfilling the requirement will be evaluated for award. All responsible Contractors shall provide a quote in accordance to the specifications stated herein. Contractor shall submit their quote on company letterhead, name, address, telephone number of the contractor, DUNS number, CAGE code, terms of any express warranty, unit price, and overall total price. This award will result in a Firm-Fixed Price type contract. The Contractor shall propose a firm, fixed price to provide all necessary services. All offers must be in the English language and in US Dollars. (v) This combined synopsis solicitation contain (2) contract Line Item: CLIN Type Service Quantity Unit Unit Price Extended Price Firm-Fixed Priced (FFP) CLIN 0001 On-Site Inspection 12 Each (vi) Description of requirements for the items to be acquired: See Attachment 2, Performance Work Statement (PWS). vii) Date(s) and place(s) of delivery and acceptance: The contractor will provide service IAW with (PWS) on JBER, Alaska. The period of performance for the contract is from September 30, 2011 through January 27, 2012. Acceptance shall be accomplished by receipt and approval of the contractor's invoice by the Quality Assurance Personnel; 3 AMXS at JBER, Alaska 99505. (vii) The following provisions in their latest editions apply to this solicitation: FAR 52.212-1, Instructions to Offerors, Commercial: Submit resumes with your quote. (vii) The following provisions in their latest editions apply to this solicitation: FAR 52.212-1, Instructions to Offerors Commercial: Submit proof of certification to service the FCX 270VDC Power Supply unit/its motherboard(s), outline how you plan to meet the requirements stated in the attached Performance Work Statement (PWS), and complete Exhibit A. Submit offers not later than 2:00 P.M. Alaska Standard Time (AKST) September 28, 2011. Offers may be submitted via hand delivery, faxed or emailed, but it is the responsibility of the offeror to ensure it is received prior to the date and time specified above. Submit to Anthony Vaughn, Contract Specialist; email: anthony.vaughn@elmendorf.af.mil; Phone: 907 552-7563. (viii) FAR 52.212-2, Evaluation, Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforms to the solicitation and is most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Certification and Price. Certification is significantly more important than price. (b) Offerors may obtain copies of the reference provisions and clauses at: http://farsite.hill.af.mil/vffara.htm. Quotations must be received by specified response date. (ix) Offers shall include a completed copy of FAR 52.212-3, Offerors Representations and Certifications--Commercial Items, with their quotes if not registered electronic. Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. A copy of the Offerors Representations and Certifications may be obtained from http://farsite.hill.af.mil/. (x) The following provision applies, FAR 52.212-4, Contract Terms and Conditions, Commercial Items. (xi) The following clauses applies: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. Required to implement statutes or executive orders--commercial items including subparagraphs applies to this acquisition. The following additional FAR clauses/ provisions cited in the clause are applicable to the acquisition by reference: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations 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 52.222-21 Prohibition of Segregated Facilities FAR 52-222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-41 Service Contract Act of 1965 FAR 52.222-42 Statement of Equivalent Rates for Federal Hires FAR 52.222-50 Combating Trafficking in Persons FAR 52.225-1 Buy American Act-Supplies FAR 52.225-13 Restriction on Certain Foreign Purchases FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving FAR 52.232-18 Availability of Funds 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 Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). (xii) The following DFARS clauses apply: DFARS 252.212-7001 Contract Terms and Conditions Required Implementing Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS DFARS 252.232-7010 Levies on Contract Payments (xiii) The following AFFARS clause(s) apply: AFFARS 5352.242-9000 Contract Access to Air Force Installations (xiv) The following Local Clause(s) apply (See Attachment 1): G-201 Wide Area Work Flow Clause (xv) The Government reserves the right to award to a single source offering best value to the Government. (xvi) Point of contact for questions and submission of offers regarding this requirement is Anthony Vaughn, Contract Specialist; email: anthony.vaughn@elmendorf.af.mil ; Phone: 907 552-7563 and/or Alfredia M. Tyler, Contracting Officer; alfredia.tyler@elmendorf.af.mil; Phone: 552-4704; Fax: 907 552-7496.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/F1W1M21224AQ01/listing.html)
 
Place of Performance
Address: 3rd Aircraft Maintenance Squadron (3 AMXS), 9694 Vandenburg Avenue, Joint Base Elmendorf-Richardson (JBER), Anchorage, Alaska, 99506, United States
Zip Code: 99506
 
Record
SN02592899-W 20110928/110926235853-66072a5660d4d235803e7a7ab8790b61 (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.