Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 12, 2012 FBO #3701
MODIFICATION

43 -- Provide Tanks and Pumps

Notice Date
1/10/2012
 
Notice Type
Modification/Amendment
 
NAICS
333911 — Pump and Pumping Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 354 CONS - Eielson, 2310 Central Ave, Eielson AFB, Alaska, 99702, United States
 
ZIP Code
99702
 
Solicitation Number
F1U3C51313A004
 
Archive Date
2/7/2012
 
Point of Contact
Kazden K. Ikehara, Phone: 9073773855
 
E-Mail Address
kazden.ikehara.1@us.af.mil
(kazden.ikehara.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
There will be a voluntary site visit for this requirement on 18 Jan 12 at 800 AM. Interested parties should e-mail 2Lt Kazden Ikehara at kazden.ikehara.1@us.af.mil or call at (907) 377-3855 as soon as possible to confirm attendance. Alternate POC is SrA Bartton "Corey" Ball, bartton.ball@eielson.af.mil, phone: (907) 377-4949. Any post site visit questions must be submitted in writing by 12 PM AST on 19 Jan 12. Answers will be posted as soon as possible. Once answers are posted, quotes will be due at 12 PM on 23 Jan 12. t 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. This solicitation is being issued as a Request for Quotation (RFQ). Submit only written quotations for PR: F1U3C51313A004. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-54, effective 2 December 2011. This acquisition is 100% set-aside for Total Small Business. The associated NAICS code is 333911 with a 500 employees size standard. This RFQ contains 1 line item. The line item description is as follows: CLIN 0001 Provide Tank 1 each and pumps 2 each IAW attached statement of work. Submittal of "Or-Equal" items are allowed under this solicitation. When quoting an "or-equal" item, offeror must submit all descriptive literature, specifications, catalogs, etc...,along with their quotation, necessary to meet the requirements of this solicitation to be eligible for award. End Item Description. FOB: Destination. The required delivery date is 45 Days ADC. PROVISIONS/CLAUSES - The following provisions/clauses are applicable to this solicitation and all relevant documents: 52.204-7 - Central Contractor Registration 52.211-6 - Brand Name or Equal 52.212-1 - Instructions to Offerors - Commercial Items 52.212-2 - Evaluation - Commercial Items 52.212-3 - Offeror Representations and Certifications - Commercial Items, offeror must submit a completed copy of this provision with their proposal. 52.212-4 - Contract Terms and Conditions - Commercial Items 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.204-10 - Reporting Executive Compensation and First Tier Subcontract Award 52.209-6 - Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6 - Notice of Total Small Business Set-Aside 52.219-28 - Post Award Small Business Program Representation 52.222-3 - Convict Labor 52.222-19 - Child Labor-Cooperation with Authorities and Remedies 52.222-21 - Prohibition of Segregated Facilities 52.222-26 - Equal Opportunity 52.222-36 - Affirmative Action for Workers with Disabilities 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-1 - Buy American Act - Supplies 52.225-13 - Restriction on Certain Foreign Purchases 52.226-4 - Notice of Disaster or Emergency Area Set-Aside 52.226-5 - Restrictions on Subcontracting Outside Disaster or Emergency Area 52.232-33 - Payment by Electronic Funds Transfer - Central Contractor Registration 52.215-1 - Instructions to Offerors - Competitive Acquisition 52.219-1 - Small Business Program Representations 52.223-5 - Pollution Prevention and Right-to-Know Information 52.223-19 - Compliance with Environmental Management Systems 52.225-25 - Prohibition on Engaging in Sanctioned Activities Relating to Iran Certification 52.233-1 - Disputes 52.233-3 - Protest After Award 52.233-4 - Applicable Law for Breach of Contract Claim 252.204-7003 - Control of Government Personnel Work 252.204-7004 - Central Contractor Registration 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 - Levies on Contract Payments 252.243-7001 - Pricing of Contract Modifications The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil. All proposals must be faxed or emailed to POC 2Lt Kazden Ikehara at 354th CONS/LGCB, 2310 Central Ave, Building 2258, Eielson AFB, AK 99702. EVALUATION OF QUOTATIONS/OFFERS: Quotes/offers will be evaluated IAW 13.106-2. Award will be made to the responsible offeror who's quote/offer represents the best value in terms of technical (capability of item(s) offered to meet the government need), price, and past performance, which will be most advantageous to the government. Quotes must be signed, dated and submitted by 17 Jan 2012 1200 pm, Alaska Standard Time (AST) to the 354th Contracting Squadron/LGCB, Attn: 2Lt Kazden Ikehara., Contract Specialist, Commercial Phone 907-377-6162, E-mail kazden.ikehara.1@us.af.mil, Fax 907-377-389. LATE OFFERS: Offerors are reminded that e-mail transmission of quote/offer prior to the closing date and time will not constitute a timely submission of quote/offer unless it is received by the government prior to the closing date and time. Quotations/offers or modification of quotes/offers received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered (ref. FAR 52.212-1(f)). All contractors must be registered in the Central Contractor Registration http://www.ccr.gov database prior to any contract award. Invoicing and contract payment will be accomplished through Wide Area Work Flow (WAWF), https://wawf.eb.mil/. Please submit the following information with each quote: Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract No. (if applicable), Date offer expires, warranty, Line item unit price, and Total cost. POINT OF CONTACT Primary: 2Lt Kazden Ikehara, Contract Specialist, Phone 907-377-6162, E-mail: kazden.ikehara.1@us.af.mil Alternate: SrA Bartton "Corey" Ball, Contract Specialist, Phone 907-377-4949, E-mail: bartton.ball@eielson.af.mil Fax: 907-377-2389
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/354CONS/F1U3C51313A004/listing.html)
 
Place of Performance
Address: Eielson AFB, Eielson, Alaska, 99702, United States
Zip Code: 99702
 
Record
SN02651531-W 20120112/120110234119-6919567806cd978955c19f9c70d06b26 (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.