Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2012 FBO #3735
SOLICITATION NOTICE

99 -- 10,000 lb UniBridge Air-Cargo Electronic (ACE) Scale

Notice Date
2/13/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332439 — Other Metal Container Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Field Assistance Division, 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323
 
ZIP Code
33621-5323
 
Solicitation Number
H92237-12-Q-0216
 
Archive Date
3/9/2012
 
Point of Contact
Puriphat Surarujiroj, Phone: 3184314838
 
E-Mail Address
cjsotfako01@gmail.com
(cjsotfako01@gmail.com)
 
Small Business Set-Aside
N/A
 
Description
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. Solicitation H92237-12-Q-0216, 10,000 lb UniBridge Air-Cargo Electronic (ACE) Scale, is issued as a request for quotation (RFQ).The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-54. This acquisition is unrestricted for this procurement. The following commercial items are requested in this solicitation: 0001 - Item Description: 10,000 lb UniBridge Air-Cargo Electronic (ACE) Scale (delivery included) Quantity: 2 Unit of Issue: Each To be shipped to: 3rd Special Forces Group SSA Bldg H-5786 Sustainment Rd Ft. Bragg, NC 28310 Delivery Schedule: 30 days ADO The following provisions and clauses apply to this acquisition: Provision: FAR 52.212-1, Instructions to Offerors--Commercial Items; FAR 52.212-2 Evaluation-Commercial Items: specifically the quotes will be evaluated and awarded as follows: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer results in the lowest priced, technically acceptable offer. (1) Offers will be considered technically acceptable if they propose the items and quantities listed in Section B of the SF1449. (2) The technically acceptable proposals will then be ranked in order of price, with the award being made to the lowest priced, technically acceptable offeror. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and the offeror must include a completed copy of this provision with their proposal or provide notification that their Representations and Certifications are available on the Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov/. Clause: FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note); FAR 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) (31 U.S.C. 6101 note); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246); FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332); FAR 52.252-1, Solicitation Provisions incorporated by Reference, this solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address http://farsite.hill.af.mil. FAR 52.252-2, Clauses incorporated by reference, this contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address http://farsite.hill.af.mil. DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders; Specifically, the following clauses cited are applicable to this solicitation: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) (Section 847 of Pub. L. 110-181). DFARS 252.225-7001, Buy American Act and Balance of Payments Program; Alternate I (OCT 2011). DFARS 252.225-7039, Contractors Performing Private Security Functions (AUG 2011) (Section 862 of Pub. L. 110-181, as amended by section 853 of Pub. L. 110-417 and sections 831 and 832 of Pub. L. 111-383). DFARS 252.232-7003, Electronic Submission of Payment Requests and DFARS 252.243-7002, Requests for Equitable Adjustment (MAR 1998) (10 U.S.C. 2410). DFARS 252.247-7023, Transportation of Supplies by Sea, Alternate I (MAR 2000) DFARS 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). All firms must be registered in the Central Contractor Registration database @ www.ccr.gov to be considered for award. Offers are due to the Contracting Officer by 23 February 2012 at 1300 EST. Offers may be submitted by e-mail to Puriphat Surarujiroj at cjsotfako01@gmail.com.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SOALKA/H92237-12-Q-0216/listing.html)
 
Place of Performance
Address: 3rd Special Forces Group SSA, Bldg H-5786 Sustainment Rd, Ft Bragg, North Carolina, 28310, United States
Zip Code: 28310
 
Record
SN02674528-W 20120215/120214000240-7c2f7f0ffb529d2e7bd6d58b05c8c01f (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.