Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2012 FBO #3709
MODIFICATION

49 -- Articulating Boom Lift

Notice Date
1/18/2012
 
Notice Type
Modification/Amendment
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238
 
ZIP Code
32925-3238
 
Solicitation Number
FA2521-12-Q-B016
 
Archive Date
2/4/2012
 
Point of Contact
Ellen T Audelo, Phone: 321-494-6343, Linda M Penuel, Phone: 321-494-7573
 
E-Mail Address
ellen.audelo@patrick.af.mil, linda.penuel@patrick.af.mil
(ellen.audelo@patrick.af.mil, linda.penuel@patrick.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation FA2521-12-Q-B-016 Articulating Boom Lift This is a combined synopsis/solicitation for a commercial item 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. The solicitation number FA2521-12-Q-B016 shall be used to reference any written quote provided under this request for quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55, Effective 03 Jan 2012. This is a 100% set-aside for small business. The North American Industry Classification System (NAICS) code for this project is 333924 with a size standard of 750 employees. Item Description Qty Unit Unit Price Total Amount 0001 Articulating Boom Lift 1 each Articulating Boom Lift. Lift shall have solid cushion lug tires, 4 ft articulating jib, horn, hydrostatic drive, proportional controls, 12V-DC Auxiliary power, 110V AC receptacle in platform. Lift should be no wider than 6 ft 4 inches with a platform size of 30 x 60 in, a stowed height of 6 ft 7 in, a stowed length of 18 ft 2 in, a ground clearance of 10 in, a reach height of 33 ft 10 in, and an up and over reach of 17 ft. Lift must be diesel fuel powered. The drive speed should be 3.1 MPH with a grade ability of 45 percent, and it must have 4-wheel drive. Price should include labor to install accessories and shipping to Patrick AFB on a flat bed or step deck trailer. Manufacturer and PN is JLG 340AJ or equal. Estimated Delivery Time: Warranty: FOB: Destination Ship to address: TRANSPORTATION OFFICER - FE2520, BLDG 822 BETWEEN 7:30AM-3:30PM, PATRICK AFB FL 32925-5270 NOTE TO OFFERORS: In accordance with FAR 8.402(f), an ordering activity Contracting Officer may combine open market items with General Services Administration (GSA) items; therefore, if any item is applicable to (GSA) Contract Schedule please clearly labeled the item GSA or open market. FAR Provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following addendum applies: RFQ due date: 20 Jan 2012 RFQ due time: 3:00 PM local time Fax RFQ to 321-494-5136 or mail to the below address or email to the following individuals: ellen.audelo@patrick.af.mil and linda.penuel@patrick.af.mil. 45th Contracting Squadron/LGCBB Attn: FA2521-12-Q-B016 1201 Edward H. White II Street, MS 7200 Patrick AFB, FL 32925-3238 Please provide the following; DUNS Number __________________ Cage Code __________________ Tax ID Number __________________ *Number of Employees_____________ *Total Yearly Revenue_______________ *Information required to determine size of business for the NAICS referenced above All questions regarding this solicitation must be faxed to 321-494-5136 by 1:00 pm Jan 17, 2012. All companies must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. All companies must be registered in the Central Contractor Registration Database at www.ccr.gov in order to be considered for award. The Government will not provide contract financing for this acquisition. WAWF instruction shall be provided at time of award FAR Provision 52.212-2, Evaluation -- Commercial Items, applies to this acquisition and the following evaluation is applicable: Pursuant to FAR 12.602, contract award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106. Offeror's submissions will be evaluated based upon price, and ability to fulfill the requirement. Please ensure that any submission made in response to this solicitation contains adequate information to allow for government evaluation in accordance with the above criteria. FAR Provision 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its Alternate I, applies to this acquisition. All vendors must be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov)) at the time of Quote submittal. FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition with the following Addendum: Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (DEV), Additionally, the following FAR clauses cited in 52.212-5 are applicable: FAR clause 52.204-10, Reporting Executive compensation and First-Tier Sub Contract Awards (Jul 10). FAR clause 52.209-6, Reporting the Governments' Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 10) FAR clause 52.219-6, Notice of Total small Business Set-Aside (Nov 11) FAR clause 52.219-28, Post Award Small Business Program Representation (Apr 09) FAR clause 52.222-3, Convict Labor (June 03) FAR clause 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 10) FAR clause 52.222-21, Prohibition of Segregated Facilities (Feb 99) FAR clause 52.222-26, Equal Opportunity (Mar 07) FAR clause 52.222-36, Affirmative Action for Workers with Disabilities (Oct 10) Alternate I (Jun 98). FAR clause 52.222-50, Combating Trafficking in Persons (Feb 09) FAR clause 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Aug 11) FAR clause 52.225-13, Restriction on Certain Foreign Purchases (Jun 08) FAR clause 52.232-33, Payment by Electronic Funds Transfer-Central Contract Registration (Oct 03) FAR clause 52.233-1, Disputes (Jul 02) FAR clause 52.233-3, Protest After Award (Aug 96) FAR clause 52.233-4, Applicable Law for Breach of Contract Claim (Oct 04) DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes of Executive Orders -- Commercial Items (DEV), Additionally, the following FAR clauses cited in 252.212-7001 are applicable: DFARS Clause 252-203-7000, Requirements Relating to Compensation of former DoD Officials (Sep 11) DFAS 252.211-7003, Item Identification and Valuation (Jun 11) DFARS Clause 252-225-7000, Buy American Act Balance of Payments Program Certificate (Dec 09) DFARS Clause 252-225-7001, Buy American Act and Balance of Payments Program (Oct 11). DFARS Clause 252-225-7016, Restriction on Acquisition of Ball and Roller Bearings (Jun 11). DFARS Clause 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 08) DFARS Clause 252.232-7010, Levies on Contract Payments (Dec 06) DFARS Clause 252.247-7023 Alt III, Transportation of Supplies by Sea (May 02) The following AFFARS clause is applicable to this solicitation: AFFARS 5352.201-9101 Ombudsman with the following fill-in: HQ AFSPC/A7K, Contracting Division, 150 Vandenberg St. Ste 1105, Peterson AFB CO 80914-4350, Phone: 719-554-5250, Email: AFSPC.A7K@peterson.af.mil. AAFARS 5352.242-9000 Contractor Access to Air Force Installations (Aug 07) The full text of these clauses and provisions may be assessed electronically at the website: http://farsite.hill.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-12-Q-B016/listing.html)
 
Place of Performance
Address: TRANSPORTATION OFFICER - FE2520, BETWEEN 7:30AM-3:30PM, PATRICK AFB FL 32925-5270, Exact location determined upon award, Patrick AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN02656805-W 20120120/120118235119-35aae1526caf015d42e23a8a9bf790c1 (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.