Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 29, 2012 FBO #3718
SOLICITATION NOTICE

43 -- Turbo Navigator Pump - Attachments

Notice Date
1/27/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333911 — Pump and Pumping Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-12-T-0083
 
Archive Date
2/28/2012
 
Point of Contact
Lyndsey Jordan, Phone: 9375224638
 
E-Mail Address
lyndsey.jordan@wpafb.af.mil
(lyndsey.jordan@wpafb.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Minimum Requirements Offeror Representations and Certifications Turbo Navigator Pump - FA8601-12-T-0083 The U.S. Air Force requires an experienced contractor to provide a Turbo Navigator Pump. The anticipated award is firm fixed price - Lowest Price Technically Acceptable (LPTA). Additional detail on the requirements can be found in the Minimum Requirements (Attachment 2). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is FA8601-12-T-0083 issued as a Request for Quotations (RFQ) and is conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55, 3 Jan 2012. This acquisition is 100% SET ASIDE FOR SMALL BUSINESS. Competition is restricted to Small Businesses. Small Businesses capable of meeting the requirements in the attached Minimum Requirements are eligible to submit a quotation. The associated North American Industry Classification System (NAICS) code is 333911. Size standard is 500 employees. This RFQ has one line item: Contractor shall provide a Turbo Navigator Pump in accordance with the Minimum Requirements (Attachment 2). Proposals must contain the following: - Price quote - A complete description of the equipment to be provided - Evidence of completed Representations and Certifications Quotations shall be accompanied by a completed FAR 52.212-3, Offeror Representations and Certifications Commercial Items (November 2011) (Attachment 1), and adhere to FAR 52.212-1, Instructions to Offerors - Commercial Items (June 2008). The Government's preferred method is electronic Representations and Certifications. This can be accomplished by registering in Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov and completing the on-line Representations and Certifications. Quotations MUST contain a complete description of equipment offered to clearly show item meets the requirements listed in the Minimum Requirements at Attachment 2. Quotations shall provide a point-by-point comparison to each item listed in the Minimum Requirements. A general overview, general comparison, or statement such as "able to provide the requirements" or "meets minimum requirements" is unacceptable and will not be considered for potential acceptance. The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the offeror. Before price is considered, the proposal must meet the requirements in the Statement of Work. The lowest priced technically acceptable offer will be awarded the contract. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT IDENTIFIED IN THE QUOTE. Contract financing is NOT provided for this acquisition. Quotations must identify payment terms as Net 30. The Government intends to award one firm fixed price (FFP) purchase order resulting from this solicitation to the responsible offeror whose quote is conforming to the solicitation and will be most advantageous to the Government. The Government intends to award without discussions and the Government reserves the right not to make an award at all. IMPORTANT NOTICE TO CONTRACTORS : All prospective awardees are required to register at the Central Contractor Register (CCR) and to maintain active registration during the life of the contract. CCR can be accessed at https://www.bpn.gov. Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition : 52.204-6, Marking of Leased Vehicles (Apr 1984) 52.212-1, Instructions to Offerors (June 2008) [subparagraph (c) is changed to 60 days and subparagraph (e) is deleted and marked as reserved]; 52.212-2, Evaluation - - Commercial Items (Jan 1999) [The evaluation factors for the fill-in portion of this provision will be handled in accordance with FAR 13.106-1 and 13.106-2. Evaluation criteria will be - Price - Ability to comply with the requirements of the Minimum Requirements, as evidenced by providing a complete description of the equipment to be provided 52.212-3, Offeror Representations and Certifications - Commercial Items (November 2011) (Full-text copy - attachment 1 to this RFQ); 52.222-22, Previous Contracts and Compliance Reports (Feb 1999); 52.222-25, Affirmative Action Compliance (Apr 1984); 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) (the fill in portion of this clause is: http://farsite.hill.af.mil or http://www.arnet.gov/far); The following Federal Acquisition Regulation clauses, either by reference or full text, apply to this acquisition : 52.212-4 Contract Terms and Conditions - Commercial Items (June 2010); 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Jan 2012) The clauses that are check marked as being applicable to this purchase are: - 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2011); - 52.219-28, Post Award Small Business Program Representation (Apr 2009); - 52.222-3, Convict Labor (June 2003); - 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Jul 2010); - 52.222-21, Prohibition of Segregated Facilities (Feb 1999); - 52.222-26, Equal Opportunity (Mar 2007); - 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010); - 52.223-18 Encouraging Contractor Policies to Ban Text Messages While Driving (Aug 2011); -52.225-13, Restrictions on Certain Foreign Purchases (Jan 2008); - 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003) [end fill in for 52.212-5]; 52.252-2 Clauses Incorporated by Reference (Feb 1998) (the fill in portion of this clause is: http://farsite.hill.af.mil or http://www.arnet.gov/far) 52.247-34, FOB Destination (Nov 1991) The following DFARS Clauses, either by reference or full text, apply to this acquisition : 252.204-7003 Control of Government Personnel Work Product (Apr 1992); 252.204-7004, Alt A, Central Contractor Registration (Sept 2007) 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items (Dec 2011): [The clauses that are check marked as being applicable to this purchase are: - 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sept 2011); - 252.225-7001, Buy American Act and Balance of Payments Program (Oct 2011); - 252.225-7036, Buy American Act - Free Trade Agreements - Balance of Payments Program Alternate I (Oct 2011); - 252.232-7003 Electronic Submission of Payment Requests (Mar 2008); - 252.247-7023 Transportation of Supplies by Sea (May 2002) & Alternate III (May 2002) [end fill in for 252.212-7001]; The following AFFARS Clauses, either by reference or full text, apply to this acquisition : 5352.201-9101, Ombudsman (Apr 2010). [The fill in portion of this clause is: Center/MAJCOM ombudsmen: Mr. Howard E. Marks, Jr., ASC/AQH, 1755 Eleventh Street, B570, Room 101, Wright-Patterson AFB OH 45433-7404, Telephone: 937-255-8642, Email: howard.marks@wpafb.af.mil.] [end fill in for 5352.201-9201]. The following local clause will be included in subsequent award. A full text version is available upon request : ASC/PKO G-001 WAWF Electronic Invoicing Instructions STMNT NBR 03 Inspection and Acceptance; STMNT NBR 04 Invoice and Payment; STMNT NBR 08 For Base Supply Stock Fund Items Only; and STMNT NBR 12 Antiterrorism (AT) Awareness Training. Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. Attachments to the announcement : 1. FAR 52.212-3, Offeror Representations and Certifications - November 2011 (Return with quotation, or register electronically in ORCA) 2. Minimum Requirements Quotations, references AND completed representations and certifications, if not available in ORCA, are due by 11:00 am on February 13, 2012 to: Lyndsey Jordan, ASC/PKOB. E-mail: Lyndsey.Jordan@wpafb.af.mil Mailing Address: ATTN: Lyndsey Jordan ASC/PKOB 1940 Allbrook Drive, Suite 3 Wright-Patterson AFB OH 45433 Questions should be directed to Lyndsey Jordan at Lyndsey.Jordan@wpafb.af.mil or 937-522-4638.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-12-T-0083/listing.html)
 
Place of Performance
Address: Wright-Patterson AFB, Dayton, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02663132-W 20120129/120127234950-7999e6ca25fc15a6cb0408e51d6be90c (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.