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
SOLICITATION NOTICE

39 -- Robot Recovery Winch - Specifications Memo

Notice Date
1/10/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB, Florida, 32403-5526
 
ZIP Code
32403-5526
 
Solicitation Number
F4AB001334A002
 
Archive Date
2/1/2012
 
Point of Contact
Yvette M. Kelly, Phone: 8502838630, Melissa J. Blair, Phone: 8502830061
 
E-Mail Address
yvette.kelly@tyndall.af.mil, melissa.blair@tyndall.af.mil
(yvette.kelly@tyndall.af.mil, melissa.blair@tyndall.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Counter Tunnel Robot Recovery Winch Requirements/Specifications Memo. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subparts 12.6 and FAR Subparts 13.1, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, proposals/quotes are being requested, and a written solicitation will not be issued. The solicitation reference number F4AB001334A002 is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-55. This acquisition is 100% set aside for small business. The North American Industry Classification System (NAICS) code is 333923. Small business size standard is 500 employees. This RFQ consists of the following Contract Line Item Number (CLIN): CLIN 0001: Qty 1 each - Counter Tunnel Robot Recovery Winch (see attachment for specifications) In accordance with FAR 52.212-2, Evaluation-Commercial Items, the Government intends to award a contract to the responsible offeror whose offer conforming to the proposal will be the most advantageous to the Government based on technical capability of the item offered to meet the Government requirement and price. The following factors shall be used to evaluate offers: 1. Technical Specification/Capability 2. Price Technical Capability: Offeror's winch will be evaluated against the attached specifications on a pass/fail basis. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. The following FAR/DFARS/AFFARS provisions/clauses apply to this acquisition: 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 52.212-4 - Contract Terms & Conditions - Commercial Items FAR 52.212-5 - Deviation - Contract Terms & Conditions Required to Implement Statutes or Executive Orders- Commercial Items 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 - Cooperation with Authorities and Remedies FAR 52.222-21 - Prohibition of Segregated Facilities FAR 52.222-26 - Equal Opportunity 52.222-36 - Affirmative Action for Workers with Disabilities FAR 52.222-50 - Combat Trafficking Persons FAR 52.223-18 - Contractor Policy to Ban Text Messaging While Driving FAR 52.232-33 - Payment by Electronic Funds Transfer -CCR FAR 52.233-3 - Protest after Award FAR 52.233-4 - Applicable Law for Breach of Contract Claim FAR 52.247-34 - F.O.B. Destination FAR 52.252-2 - Clauses Incorporated by Reference (http://farsite.hill.laf.mil) FAR 52.252-6 - Authorized Deviations in Clauses ("Defense Federal Acquisition Regulation Supplement" and "Chapter 2") DFAR 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials DFAR 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights and Valuation DFAR 252.204-7008 - Export-Controlled Items DFAR 252.211-7003 - Item Identification and Valuation DFAR 252.212-7001 Deviation - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFAR 252.225-7001 - Buy American Act and Balance of Payment Program DFAR 252.225-7002 - Qualifying Country Sources as Subcontractors DFAR 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports DFAR 252.232-7010 - Levies on Contract Payments DFAR 252.247-7023 Alt III - Transportation of Supplies by Sea AFFAR 5352.201-9101 - Ombudsman WAWF: Local Clause Offerors shall complete a copy of the Online Offeror Representations and Certifications Application. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION (CCR) BEFORE BEING CONSIDERED FOR AWARD. Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. Interested parties must include, with their quote, their CAGE code, and tax identification number (TIN), and delivery date. Shipping terms will be F.O.B. Destination, Tyndall AFB, FL 32403-5526 with inspection and acceptance at destination.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/TynAFBCS/F4AB001334A002/listing.html)
 
Place of Performance
Address: 501 Illionis Avenue, Suite 5, Tyndall AFB, Florida, 32403, United States
Zip Code: 32403
 
Record
SN02651775-W 20120112/120110234424-a6bcab553dda2279724195c598f9f065 (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.