Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2012 FBO #3816
SOLICITATION NOTICE

17 -- Field Kit (Repair Kit) for ER2875 DEICER

Notice Date
5/4/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary 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
F1W2F62095AG01-05042012
 
Archive Date
5/25/2012
 
Point of Contact
Darryl W. Sample, Phone: 907-552-7181, Jeffrey M. Getman, Phone: 907-552-2588
 
E-Mail Address
darryl.sample@elmendorf.af.mil, jeffrey.getman@elmendorf.af.mil
(darryl.sample@elmendorf.af.mil, jeffrey.getman@elmendorf.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a solicitation for a commercial product; prepared in accordance with the format in FAR subpart 12.6 and 15, 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. Description: Solicitation# F1W2F62095AG01 Line Item 0001: Field Kit (Repair Kit) to included installation & labor for ER 2875 Deicer GL28-0805-0027; Kit consist of new fully equipped enclosed cab including all mounting brackets, nozzle assembly, and plumbing. Kit will also include a complete front bumper install with ground hose reel assembly. Line Item 0002: Shipping Charges. Line Item 0003: Third party boom inspection to ensure boom structural integrity. Location: Joint Base Elmendorf Richardson, Anchorage AK. This procurement is a Total Small Business Set Aside. The applicable NAICS code is 336413, Other Aircraft Parts and Auxiliary Equipment Manufacturing, with a size limitation 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 and include 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 May 10, 2012 at 08:00AM Alaska Standard Time. All proposals must be faxed, mailed or emailed to: POC Mr. Darryl W. Sample, 10480 22nd Street, Suite 356, Joint Base Elmendorf-Richardson, AK 99506, Phone (907) 552-7181, Fax (907) 552-3561, darryl.sample@elmendorf.af.mil. The following provisions and/or clauses apply to this acquisition: ADDENDUM EVALUATION IMFORMATION ADDENDA TO 52.212-1 PROPOSAL PREPARATION INSTRUCTIONS 1. To assure timely and equitable evaluation of the proposal, the offeror must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation. The response shall consist of two (2) separate parts; Part I - Technical Acceptability and Part II - Price Proposal. Technical Accept abilities and Price Proposals shall not exceed twelve (10) pages; copies of technical certifications shall not be included in the page count of proposals. 2. The contracting officer has determined there is a high probability of adequate price competition in this acquisition. 3. Specific Instructions: a. PART 1- TECHNICAL ACCEPTABILITY - Submit one (1) copy of technical capability narrative. b. PART 2- PRICE - Submit one (1) copy of price narrative. 4. The Government will award a contract resulting from this solicitation to the offer, conforming to the solicitation, will be most advantageous to the Gavernement based on the lowest price technically acceptable product for all items in the schedule. The Government intends to evaluate offers and award without discussion. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. 5. Central Contractor Registration. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. 6. Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer. (2) The overall evaluated cost or price and technical rating of the successful and debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. 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. Failure to meet all requirements of the solicitation can result in a pre-evaluation determination of non-responsibility. The following factors shall be used to evaluate offers: PART 1- TECHNICAL ACCEPTABILITY PART 2- PRICE This will be a lowest price technically acceptable purchase. Technical acceptability - at a minimum - will consist of meeting all characteristics above and all of the salient characteristics. (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) 2005-5 effective 18 Apr 2012. The following provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration (Apr 2008) FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) FAR 52.212-1 Instructions to Offerors- Commercial Items (Feb 2012) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (Mar 2012) FAR 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2012) FAR 52.21-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Apr 2012) FAR 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) FAR 52.219-13 Notice of Set-A-Side of Orders (Nov 2011) FAR 52.219-28 Post-Award Small Business Program Representation (Apr 2009) FAR 52.222-3 Convict Labor (Jun 2003) FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Mar 2012) FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999) FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Aug 2011) FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.233-3 Protest after Award (Aug 1996) FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) FAR 252.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2009) DFARS 252.225-7036 Alt II Buy American Act-Free Trade Agreements--Balance of Payments Program (Oct 2011) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) DFARS 252.232-7010 Levies on Contract Payments (Dec 2006) DFARS 252.247-7023 Alt III Transportation of Supplies by Sea (May 2002) 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. The Government will award a contract resulting from this solicitation to the offer, conforming to the solicitation, will be most advantageous to the Gavernement based on the lowest price technically acceptable product for all items in the schedule. 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 Mr. Darryl W. Sample. All responsible sources may submit a written proposal, which shall be considered. Email any questions to: darryl.sample@elmendorf.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/F1W2F62095AG01-05042012/listing.html)
 
Place of Performance
Address: JBER, Anchorage, Alaska, 99506, United States
Zip Code: 99506
 
Record
SN02739210-W 20120506/120504234640-821034c59773abe8e9a8341434a7fcb7 (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.