Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 04, 2011 FBO #3662
SOLICITATION NOTICE

39 -- Mobility and Distribution System at Ellsworth Air Force Base, SD - Package #1 - Package #2

Notice Date
12/2/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333922 — Conveyor and Conveying Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
FA8604-12-R-7900
 
Archive Date
1/27/2012
 
Point of Contact
Melissa Hollingsworth, Phone: 9376567470, J. Brian Wafzig, Phone: 9376567514
 
E-Mail Address
melissa.hollingsworth@wpafb.af.mil, james.wafzig2@wpafb.af.mil
(melissa.hollingsworth@wpafb.af.mil, james.wafzig2@wpafb.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Ellsworth RFP File contains drawings and other relevant information pertaining to the RFP. This is a combined synopsis/solicitation for commercial items 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. Solicitation Number FA8604-12-R-7900 is issued as a Request for Proposal (RFP). This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-54 (02 December 2011). This acquisition is 100% set aside for small business. The NAICS Code is 333922. Small business size standard is 500 employees. All offerors are notified that because this solicitation is a small business set-aside, it is subject to Federal Acquisition Regulation (FAR) 19.102(f) (the "non-manufacturer rule"). This solicitation is also subject to FAR Clause 52.219-14, "Limitations on Subcontracting." FAR 19.102(f) states that a small business prime contractor who is not manufacturing the supplies to be purchased by this solicitation must furnish items of a small business manufacturer who produces the items in the United States or its outlying territories. FAR Clause 52.219-14 states that any small business prime contractor who is a manufacturer of the supplies must "perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials." This RFP has 8 line items. The performance, design, fabrication, installation, orientation and test requirements are for a Mobility Storage and Distribution System. The system includes crescent plate baggage conveyor system (inbound), slider-bed baggage conveyor system (outbound), 463L gravity roller conveyor system, and ball transfer conveyor system. All solicitation specifications/drawings will be posted at the following location: http://www.fbo.gov/. Drawings are in AutoCad version 2008. You must have this software and version or a compatible viewer to read these drawings. Delivery is required within 180 days from date of award. FOB point is Destination (Ellsworth Air Force Base, SD). FAR Solicitation Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. Evaluation will be based on Lowest Price Technically Acceptable (LPTA). All offerors are to include a completed copy of FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with their proposal. Clause 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition. The following DFARS Clause applies to this acquisition: DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. DFARS Provision 252.212-7000 also applies to this solicitation-offerors should include a completed copy of this provision with their proposals. Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. No interim, progress, or milestone payments are authorized for this acquisition. The contractor must be registered in CCR prior to award. The government will make an award from this request for proposal to the technically acceptable, responsible offeror whose proposal offers the lowest price to the Government. The Government reserves the right to not make an award at all. All proposals are due by 4:00 PM EDT on 12 January 2012. The point of contact (POC) for this acquisition is: Ms. Melissa Hollingsworth ASC/PKESM 2275 D St. Bldg. 16, Rm. 128, WPAFB, OH 45433-7228. (937) 656-7470 Melissa.hollingsworth@wpafb.af.mil Alternate POC for this acquisition is: Mr. J. Brian Wafzig (937) 656-7514 James.wafzig2@wpafb.af.mil Please note that e-mail and fax proposals are not permitted. Be advised that offerors planning to submit their proposals on base and in person must notify the POC 72 hours before they plan on arriving so that a Visitor Request Form can be submitted. Offerors who have a military ID will not require a Visitor Request Form to gain entry to the base. No telephone, written, e-mail or fax requests for documents will be accepted; all interested offerors must download their own documents from the internet - no exceptions. All interested offerors are requested to register for this solicitation. Mr. Howard E. Marks Jr. has been appointed as Ombudsman to hear concerns from offerors, or potential offerors, during the proposal development. The purpose of the Ombudsman is to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. Existence of an ombudsman does not diminish the authority of the program director or the contracting officer. Accordingly, the ombudsman does not participate in the preparation of solicitations, the evaluation of proposals or the source selection process and therefore, for routine matters on individual solicitations, please contact the POC listed for this solicitation. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman, Mr. Marks, may be contacted at (937) 255-8642 (Phone) or (937) 656-7193 (Fax). His address is: Howard E. Marks, Jr. Chief, Acquisition Center of Excellence Aeronautical Systems Center 1755 11th St, Bldg. 570, Rm. 101 WPAFB, OH 45433-7404 Howard.Marks@wpafb.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8604-12-R-7900/listing.html)
 
Place of Performance
Address: Ellsworth AFB, Building 7510, Rapid City, South Dakota, 57706, United States
Zip Code: 57706
 
Record
SN02632578-W 20111204/111202234213-7709f4439605980f5d9fcc8e67663acd (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.