Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2012 FBO #3766
SOLICITATION NOTICE

N -- Sand/Salt Spreader - Sand/Salt Spreader

Notice Date
3/15/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336211 — Motor Vehicle Body Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 1324), Infrastructure Flight - Construction, 580 Goodfellow Street, Peterson AFB, Colorado, 80914-1648
 
ZIP Code
80914-1648
 
Solicitation Number
FA2517-12-T-5009
 
Archive Date
4/12/2012
 
Point of Contact
Nicholas M. McGrath, Phone: 719-556-8528, Susan C. Hoover, Phone: 719-556-7991
 
E-Mail Address
Nicholas.mcgrath@us.af.mil, susan.hoover.1@us.af.mil
(Nicholas.mcgrath@us.af.mil, susan.hoover.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Price Template Statement of Work 1. 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; quotes are being requested and a written solicitation will not be issued. 2. This solicitation, FA2517-12-T-5009, is being issued as a Request for Quotation (RFQ). Simplified Acquisition Procedures (SAP) are being used for the solicitation. 3. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-56 (dated 2 Mar 2012) and are found either in the Federal Acquisition Regulation (FAR); Defense Federal Acquisition Regulation (DFAR); Air Force Federal Acquisition Regulation (AFFAR). 4. This procurement is a small business set aside. The NAICS code is 333120 (Aggregate Spreaders Manufacturing) and the size standard is 750 employees or NAICS code 336211 Motor vehicle body manufacturing with a size standard of 1,000 employees. 5. Prospective Contractor quotes shall utilize the below line item (CLIN) structure when preparing quotes: Basic Year: Contract Line Item Number (CLIN) 0001 Description: Heavy Duty, Municipal-type Salt and Sand Spreader Parts, Installation, Training, Warranties. A non-personal service for purchase of a heavy duty, municipal-type salt and sand spreader. Full and complete installation thereof into a 15-ton, 2011 International 7400 SFA 6x4 (GVW 56000 lb) dump truck. Review the SOW for specifics for this requirement. This CLIN include all equipment, installation of equipment, necessary modification to the truck resulting in a complete and usable spreader installed and operational on the truck, training up to 10 personnel, a minimum of a one year manufacturer's warranty guaranteeing spreader to be free from defect and one year contractor's warranty guaranteeing installation to be free from defect. All CLIN requirements shall comply with commercial standards and comply in accordance with (IAW) the attached Statement of Work (SOW). 6. The following commercial item is requested in this solicitation: A non-personal services for purchase a heavy duty, municipal-type salt and sand spreader. Full and complete installation thereof into a 15-ton, 2011 International 7400 SFA 6x4 (GVW 56000 lb) dump truck, provide operations and maintenance manual including a maintenance schedule, and provide training up to 10 local personnel and warranties in accordance with (IAW) the attached Statement of Work (SOW). 7. Advanced payments are not authorized. Truck can be made available locally in the Colorado Springs, Pueblo, or Denver metro areas. Contractors outside these areas wishing to bid may perform the installation at CMAFS; however, local support (tools, equipment, shop space etc.) cannot be provided. Period of performance is from 1 May 2012 - 1 June 2012. 8. The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors/Commercial Items. All firms must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal, DUNS, Cage Code, tax ID, terms and conditions shall be submitted with quote. FAR clause 52.204-7, Central Contractor Registration. All firms must be registered in the Central Contractor Registration Database at www.ccr.gov in order to be considered for award. 9. FAR 52.212-2(a) Evaluation - Commercial Items, applies to this acquisition. An offeror shall assure a thorough understanding, knowledge, and capability to provide the specifics listed in the SOW. An offeror shall provide their planned location for installation. An offeror shall provide manufacturer's point of contact (name, phone number) information where they are certified as an installer. Once this criteria is met, quotes will be evaluated based on lowest price. 10. The provision at FAR 52.212-3, Offeror Representations and Certification-Commercial Items, is applicable to this acquisition. All vendors must be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov)) at the time of award. 11. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to the acquisition. 12. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items (Deviation), applies to this acquisition. 13. The clauses at FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; DFARS 252.204-7004, Required Central Contractor Registration. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders; DFARS 252.232-7003, Electronic Submission of Payment Requests; AFFARS 5352.201-9101, Ombudsman (as prescribed 5301.9103); AFFARS 5352.223-9001, Health and Safety on Government Installations; AFFARS 5352.242-9000, Contractor Access to Air Force Installations 14. Site Visit (weather permitting) is scheduled for 20 March 2012 at 10:00 AM. Please meet at the Visitor Center located at the first gate. Vehicles for site visit will be brought to outside the CMAFS compound for the site visit. If you would like to attend the Site Visit, please contact (719) 556-8528 or (719) 556-7996 to schedule the site visit prior to 20 March 2012. 15. Request for Quote is due by 12:00pm MST, 28 March 2012. Your quote must be in writing and signed by an individual with the authority to bind their respective company. Submit your itemized quote showing the cost for paragraph 5 above on the attached RFQ Price Template. All quotes may be either mailed to the issuing office at: 21 CONS/LGCAB, Attention: A1C Nicholas McGrath; 580 Goodfellow Street (Bldg 1324); Peterson AFB Colorado 80914-1648 or emailed to Susan Hoover at: susan.hoover.1@us.af.mil or facsimileed to, Attention: A1C Nicholas McGrath, at either (719) 556-4572 or (719) 556-9291 by 12:00pm MST 28 March 2012. 16. Questions regarding this RFQ may be directed, via telephone or email, to either A1C Nicholas McGrath at (719) 556-8528 or nicholas.mcgrath@us.af.mil or Susan Hoover at (719) 556-7996 or susan.hoover.1@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb1324/FA2517-12-T-5009/listing.html)
 
Place of Performance
Address: Peterson AFB, Colorado Springs, Colorado, 80914, United States
Zip Code: 80914
 
Record
SN02697974-W 20120317/120315235243-848b7cf0b1470a743ff5e595496ff953 (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.