Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 06, 2012 FBO #3786
MODIFICATION

28 -- DEUTZ DIESEL ENGINE KITS

Notice Date
4/4/2012
 
Notice Type
Modification/Amendment
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 3 CONS - Elmendorf, 10480 22nd Street, Elmendorf AFB, Alaska, 99506-2500
 
ZIP Code
99506-2500
 
Solicitation Number
F1W6CC2033A001-DIESEL
 
Archive Date
4/21/2012
 
Point of Contact
Crystal L Champion, Phone: 907-552-7174
 
E-Mail Address
crystal.champion@elmendorf.af.mil
(crystal.champion@elmendorf.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined solicitation for a commercial product; prepared in accordance with the format in FAR subpart 12.6 and 13.5, streamlined procedures for evaluation and solicitation for commercial items- as supplemented with additional information included in this notice. Quotations are being requested and a written solicitation document will not be issued. CLIN0001:Deutz Diesel Engine Kits; Quantity: 4 Each Each kit shall contain the following items from both lists A and B: (A) Deutz Brand Name Requirements: Deutz Diesel Tier 4i Engine w/EGR valve, rated at 63.7 HP @2600 RPM P/N: D2011L04i Qty: 4 Each Deutz LOFA 24 VDC Control Panel without Harness P/N: EP250KL7 Qty: 4 Each Twin Disc PTO Package P/N: CX108P401 Qty: 4 Each (B) Brand Name or Equal Requirements: Engine Harness MFG: Stauffer P/N: 998-0033-50 or Equal Qty: 4 Each Exhaust Pipe MFG: Stauffer P/N: 21998 or Equal Qty: 4 Each Guard Cooler MFG: Stauffer P/N: 22183 or Equal Qty: 4 Each Throttle Lever Mounting Kit, Speed Control MFG: Stauffer P/N: 1548 or Equal Qty: 4 Each Truck Valve, Oil Drain MFG: Stauffer P/N: 57267 or Equal Qty: 4 Each Adapter, Oil Drain MFG: Stauffer P/N: 57268 or Equal Qty: 4 Each Guard, Rain, Preheat Relays MFG: Stauffer P/N: 23180 or Equal Qty: 4 Each Glow Coils, 24 volt MFG: Stauffer P/N: 1179017 or Equal Qty: 8 Each Relay, Timing MFG: Stauffer P/N: 4271689 or Equal Qty: 4 Each Relay, Slave MFG: Stauffer P/N: 4271981 or Equal Qty: 4 Each CLIN0002: Parts Manual P/N: 11192 Qty: 4 Each CLIN0003: Operators/Instruction Manual P/N: 11193 Qty: 4 Each CLIN0004:Lifting Eye, Engine P/N: 4272053 Qty: 8 Each CLIN0004: Shipping (If Applicable) This procurement is a Total Small Business Set Aside; the applicable NAICS code is 333618 with a size standard of 1,000 Employees. All responsible Contractors shall provide a quote in accordance to the specifications stated above. Transportation shall be FOB Destination and be included in the quote. Contractor shall submit their quote on company letterhead, Name, Address, Telephone Number of the Offeror, Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA/VA/Government Contract No. (if applicable), Date offer expires, Terms of any Express Warranty, Unit Price, and overall Total Price. Interested companies that meet the requirements stated above should submit a quote. Quotations for this notice shall be received by 06 April 2012 at 1:00PM Alaska Standard Time (4:00 p.m. EST). All proposals must be faxed, mailed or emailed to: POC; 2d Lt Crystal Champion, 10480 22nd Street, Suite 240, Joint Base Elmendorf-Richardson, AK 99506, Phone (907) 552-7174, Fax (907) 552-7497, crystal.champion@elmendorf.af.mil. The following provisions and/or clauses apply to this acquisition: 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical Acceptability 2. Price This will be a lowest price technically acceptable purchase. (b) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53. The following provisions apply to this acquisition: FAR 52.203-3 Gratuities FAR 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government 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 52.209-10 - Prohibition on Contracting With Inverted Domestic Corporations FAR 52.212-1 Instructions to Offerors- Commercial Items FAR 52.212-2 Evaluation- Commercial Items FAR 52.212-3 Offerors Representations and Certifications - Commercial Items 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 including subparagraphs FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-8 -- Utilization of Small Business Concerns FAR 52.219-14 Limitations on Subcontracting 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 FAR 52.222-35 -- Equal Opportunity for Veterans FAR 52.222-36 -- Affirmative Action for Workers With Disabilities FAR 52.222-37 Employment Reports on Veterans FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act FAR 52.222-50 -- Combating Trafficking in Persons FAR 52.222-54 - Employment Eligibility Verification FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.233-3 Protest after Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.243-1Changes -- Fixed Price FAR 52.252-2 Clauses Incorporated by Reference FAR 52.247-64 -- Preference for Privately Owned U.S.-Flag Commercial Vessels DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country DFARS 252.211-7003 Item Identification and Valuation DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7012 Preference for Certain Domestic Commodities DFARS 252.225-7036 Alt II Buy American Act-Free Trade Agreements--Balance of Payments Program DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010 Levies on Contract Payments DFARS 252.243-7002 Requests for Equitable Adjustment DFARS 252.247-7023 Transportation of Supplies by Sea In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201(a). Potential contractors must also be registered in the Central Contractor Registry (CCR) at http://www.ccr.gov. This is a lowest price technically acceptable procurement. Award will be made to the offeror whose offer is conforming to the solicitation and is determined to be the most advantageous to the Government. Price and other factors will be considered. The Government intends to evaluate offers and award without discussion. Offeror shall submit all information with offer as required in FAR 52.212-1. Offerors may obtain copies of the reference provisions and clauses at: http://farsite.hill.af.mil/vffara.htm. Quotations must be received by specified response date. Quotations shall be submitted to 2d Lt Crystal Champion. All responsible sources may submit a written proposal, which shall be considered. Email any questions to: crystal.champion@elmendorf.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/F1W6CC2033A001-DIESEL/listing.html)
 
Place of Performance
Address: 6260 ARCTIC WARRIOR DRIVE, JBER, Alaska, 99506, United States
Zip Code: 99506
 
Record
SN02713885-W 20120406/120404235337-ebb253d9fefc87b385e77a58923ce789 (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.