Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2013 FBO #4284
MODIFICATION

24 -- Skid Steer Loader

Notice Date
8/15/2013
 
Notice Type
Modification/Amendment
 
NAICS
333120 — Construction Machinery 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
F1TBAM3169A002
 
Archive Date
9/13/2013
 
Point of Contact
Wilbert Glay, Phone: 850-882-0339, Jason L. Frazee, Phone: 8508820253
 
E-Mail Address
wilbert.glay@eglin.af.mil, jason.frazee@eglin.af.mil
(wilbert.glay@eglin.af.mil, jason.frazee@eglin.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Brand Name or Equal Solicitation. The Air Force Test Center, Operational Contracting Division, Eglin AFB, Florida intends to solicit and award a firm-fixed price contract for (1Each) S850 Bobcat Skid-Steer Loader and Accessories. 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. This announcement constitutes the only solicitation. The announcement number is F1TBAM3169A002. The North American Industry Classification System (NAICS) code for this acquisition is 333120 with a size standard of 750 employees. Please identify your business size in your response based upon this standard. Evaluation will be based on the following factors: Lowest Price. Requirement: CLIN0001: (1 EACH) S850 Bobcat Skid-Steer Loader with 80" C/I Heavy Duty Bucket, A91 Option Package, Air Ride Seat, 48" Pallet Fork Teeth, Radio, Selectable Joystick Controls, Pallet Fork Frame Heavy Duty Specifications Attached. Quoted price should include FOB Destination. Required delivery date is no later than 90 days ARO. Expedited delivery schedules accepted and encouraged. Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) The following provisions and clauses are incorporated in this notice and are those in effect through Federal Acquisition Circular 2005-66 effective 01 April 2013, DFARS DPN 20130522 effective 22 April 2013, and AFFARS current thru AFAC 2013-0327 effective 27 Mar 2013. The following provisions and clauses are applicable: • FAR 52.204-7, Central Contractor Registration (Feb 2012) • FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) • FAR 52.204-99, System for Award Management (Aug 2012) (DEVIATION) • 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 (Feb 2012) • FAR 52.212-2, Evaluation, Commercial Items (Jan 1999) • FAR 52.212-3, Offeror Representations and Certifications, Commercial Items (Apr 2012) • FAR 52.212-4, Contract Terms and Conditions-- Commercial Items (Feb 2012) • FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Execute Orders - Commercial Items (May 2012) • FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) • FAR 52.219-28, Post-Award Small Business Program Rerepresentation (Apr 2012) • 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 52.222-26, Equal Opportunity (Mar 2007) • FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) • FAR 52.222-50, Combating Trafficking in Persons (Feb 2009) • 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 52.233-1, Disputes (July 2002) • FAR 52.233-3, Protest After Award (Aug. 1996) • FAR 52.246-2, Inspection of Supplies-Fixed Price (Aug 1996) • FAR 52.247-34, F.O.B Destination (Nov 1991) • 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 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Jan 2009) • DFARS 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alt A (Sep 2007) • DFARS 252.204-7008, Export-Controlled Items (Apr 2010) • DFARS 252.211-7003, Item Identification and Valuation (Jun 2011) • DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense acquisitions of Commercial Items (May 2012), incorporating the following: • DFARS 252.225-7001- Buy American Act and Balance of Payments Program (Oct 2011); • DFARS 252.232-7003, Electronic Submission of Payment Requests (Mar 2008); • DFARS 252.243-7001, Pricing of Contract Modifications (Dec 1991); • DFARS 252.247-7023, Transportation of Supplies by Sea (May 2002); Alt III • DFARS 252.223-7008, Prohibition of Hexavalent Chromium (May 2011); • DFARS 252.232-7010, Levies on Contract Payments (Dec 2006); • AFFARS 5352.201-9101, Ombudsman (Apr 2010) • H-850 Local clause for WAWF Incorporated by full text: • DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (DEVIATION 2012-O0004) (JAN 2012) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012,(Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ___ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ___ ] is not [ ___ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) Please provide a response to clause DFARS 252.209-7999 with your quotation. To view the provisions and clauses in full text, visit the web site http://farsite.hill.af.mil Wide Area Workflow (WAWF) invoicing instructions will be incorporated in the contract document at award. Vendors must be registered in the System for Award Management (www.sam.gov) before award can be made. Evaluations will be made on a lowest price technically acceptable basis. All responses must be received no later than 11:00 A.M., Central Standard Time on 29 August 2013. Send all packages via email to Wilbert Glay at wilbert.glay@eglin.af.mil. For questions, contact Wilbert Glay at 850-882-0339 or by e-mail at wilbert.glay@eglin.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e0b27d0f0463d02149f450ed2aee02cf)
 
Place of Performance
Address: 308 West D Ave, Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN03150754-W 20130817/130815235938-e0b27d0f0463d02149f450ed2aee02cf (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.