Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 28, 2013 FBO #4234
SOLICITATION NOTICE

60 -- Base Cable Maintenance Repair Items - List of Materials

Notice Date
6/26/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFTC/PZIO - Eglin, 308 West D. Ave, Bldg 260, Suite 130, Eglin, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
F1T1DE3106AC01
 
Archive Date
7/20/2013
 
Point of Contact
David A. Jimenez, Phone: 8508820347
 
E-Mail Address
david.jimenez@eglin.af.mil
(david.jimenez@eglin.af.mil)
 
Small Business Set-Aside
N/A
 
Description
List of Materials This is a 100% Small Business Set-Aside Solicitation The AFTC/PZIOA, Operational Contracting Office, Eglin AFB, FL intends to solicit, negotiate, and award a Firm-Fixed Price contract subject to the availability of funds. This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition format, FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate, written solicitation will not be issued. This announcement is issued as Request for Proposal (RFP) # F1T1DE3106AC01. The North American Industry Classification System (NAICS) code for this acquisition is 334111, with small business size standard of 1000 employees; please identify your business size in your response based upon this standard. This acquisition is being solicited as 100% Small Business Set-Aside. Offerors will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis IAW FAR 15.101-2 and the award will be made to the lowest priced offeror that meets the minimum requirement. The government will not accept refurbished/used equipment. There will be no advance payments. Offerors are advised to include a completed copy of provision 52.212-3, Offer Representations and Certifications - Commercial Items and provision 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law, with their offer. This requirement is for: CLIN 0001: Base Cable Maintenance Repair Items In Accordance with the Attached List of Materials QTY: 1 LOT The following provisions and clauses are incorporated in this notice and are those in effect through Federal Acquisition Circular 2005-58 effective 18 April 2012. • FAR 52.203-12, Limitations on Payments to Influence Certain Federal Transactions; • FAR 52.203-16, Preventing Personal Conflicts of Interest; • FAR 52.204-13, Central Contractor Registration Maintenance; • FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; • FAR 52.212-1, Instructions to Offerors -- Commercial Items; • FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items with Alt I; • FAR 52.212-4, Contract Terms and Conditions -- Commercial Items; • FAR 52.212-5 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders; • FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items; incorporating the following: • FAR 52.203-6, Restrictions on Subcontractor Sales to the Government with Alt I; • FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; • FAR 52.209-6, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; • 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 Rerepresentation; • 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 Special Disables Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; • FAR 52.222-36, Affirmative Action for Workers With Disabilities; • FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; • FAR 52.222-40, Notification of Employee Rights under the National Labor Relations Act; • FAR 52.222-50, Combating Trafficking in Persons; • FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; • FAR 52.225-13, Restrictions on Certain Foreign Purchases; • FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; • FAR 52.223-11, Ozone-Depleting Substances; • FAR 52.232-8, Discounts for Prompt Payment; • FAR 52.232-18, Availability of Funds; • FAR 52.233-3, Protests After Award; • FAR 52.233-4, Applicable Law for Breach of Contract Claim; • FAR 52.247-34, F.O.B. Destination; • FAR 52.252-2, Clauses Incorporated by Reference, which reads as follows: 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/these address(es): http://farsite.hill.af.mil (End of Clause). • FAR 52.252-6, Authorized Deviations in Clauses, which reads as follows: (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. • DFARS 252.203-7002, Requirements to Inform Employees of Whistleblower Rights; • DFARS 252.204-7003, Control of Government Personnel Work Product; • DFARS 252.204-7004, Alt A, Central Contractor Registration; • DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; • DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (DEVIATION); • DFARS 252.211-7003, Item Identification and Valuation; • DFARS 252.212-7001, Contract terms and conditions required to Implement Statutes or Executive Orders applicable to Defense acquisitions of Commercial Items, incorporating the following: • FAR 52.203-3, Gratuities; • DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; • DFARS 252.225-7001, Buy American Act; • DFARS 252.225-7012, Preference for Certain Domestic Commodities; • DFARS 252.232-7003, Electronic Submission of Payment Requests; • DFARS 252.243-7002, Request for Equitable Adjustment; • DFARS 252.247-7023, Transportation of Supplies by Sea; • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; • DFARS 252.232-7010, Levies on Contract Payments; • DFARS 252.246-7000, Material Inspection and Receiving Report; • AFFARS 5352.201-9101, Ombudsman; • H-850, LOCAL CLAUSE for WAWF: THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR INVOICES AND ADDITIONAL EMAILS CORRECTLY THROUGH WAWF. Invoice Type: INVOICE AND RECEIVING REPORT (COMBO) *Contract Number: FA2823-13-C- _ _ _ _ *Delivery Order: TBD *Issue Date: TBD *Issue DODAAC: FA2823 *Admin DODAAC: FA2823 *Inspected By DODAAC/Ext: F1T1DE *Ship To Code/Ext: F1T1DE *Ship From Code: *Pay DODAAC: F03000 Payments may be expedited electronically via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF Training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. To view the other provisions and clauses in full text, visit the web site http://farsite.hill.af.mil (End of provision) Please provide DUNS or Cage Code, Shipping Point, and any charges for shipping on the response to this solicitation. Offerors must be registered in the System for Award Management (SAM) in order to be eligible for award. If your company is capable of providing this item, pricing and any product literature must be received NLT 1300 PM Central Time, Friday, 05 July 2013. If you have any questions please contact David Jimenez at david.jimenez@eglin.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a93e827f4fa134a51a90b62bc3500fed)
 
Record
SN03099928-W 20130628/130626234752-a93e827f4fa134a51a90b62bc3500fed (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.