Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 18, 2013 FBO #4285
MODIFICATION

J -- Repair of AFREP Flamehlders

Notice Date
8/16/2013
 
Notice Type
Modification/Amendment
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
159 FW/LGCV, LA Air National Guard Base Contracting Office, 400 Russell Ave, NAS-JRB, Bldg 473, Rm 212, New Orleans, LA 70143
 
ZIP Code
70143
 
Solicitation Number
F8J2LG3214A001
 
Response Due
9/16/2013
 
Archive Date
10/15/2013
 
Point of Contact
Mark Blanco, 5043918371
 
E-Mail Address
159 FW/LGCV
(mark.blanco@ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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. The 159th Fighter Wing, Louisiana Air national Guard intends to solicit, negotiate and establish Blanket Purchase Agreements (BPAs) for the repair of AFREP Flameholders, NSN 2840-01-326-4066 in accordance with (IAW) FAR Part 12 and 13. A BPA is not a contract, but is an agreement that establishes the Price, terms and Conditions of future orders/calls. Please see the attached Statement of Work. The proposed price will be incorporated into any BPA and used to calcute the price of future orders/calls. Only Firm Fixed-Price offers will be considered. Offerors will be evaluated IAW 52.212-2. The North American Industry Classification System (NAICS) Code for this acquisition is 336413: Size Standard: 1000 Employees. This Request for Quote is a 100% Total Small Business Set-Aside. Solicitation number F8J2LG3214A001 is issued as a Request for Quotation (RFQ) Request responses from sources cable of providing the following: CLIN 0001 - Repair AFREP Flameholders, NSN 2840-01-326-4066. Period of Performance 10/1/2013 through 9/30/14. QTY 1 Each Price $__________________ CLIN 1001 - Option Year 1. Period of Performance 10/1/2014 through 9/30/2015. QTY 1 Each Price $___________________ CLIN 2001 - Option Year 2. Period of Performance 10/1/2015 through 9/30/2016. QTY 1 Each Price $___________________ CLIN 3001 - Option Year 3. Period of Performance 10/1/2016 through 9/30/2017. QTY 1 Each Price $___________________ The Government will award one or more Firm Fixed-Price Blanket Purchase Agreements resulting from this combined synopsis/solicitation to the responsive and responsible offeror whose conforming response is determined to provide the best value to the Government, price and other factors considered. The following factors are to be used to evaluste offers: 1. Contractor must have source approval from Tinker AFB. 2. Technical Capability defined as an assessment of the contractors basic knowledge, experience and understanding of the requirements. 3. Past Performance addressing that you have provided the same or similar repair service in the last three years. 4. Price, defined as fair and reasonable. Source approval, technical capability and past performance when combined, are signficant evaluation factors that will be used to arrive at a best value decision. Incorporated provisions and clauses are those in effect through FAC 2005-69. The following FAR/DFARS provisins and clauses are applicable to this procurement: 52.204-13 Central Contractor Regristration Maintenance (Dec 2012) 52.212-1 Instructions to Offerors - Commercial Items (Apr 2008) 52.212-2 Evaluation Commercial Items (Jan 1999) 52.212-3 Offeror Representations and Certification - Commercial Items (May 2008) 52.212-4 Contract Terms and Conditions - Commercial Items (Jun 2010) 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Ordrs - Commercial Items (Jul 2010) 52.219-28 Post Award Small Business Program Representation (Apr 2012) 52.222-3 Convict Labor (Jun 2007) 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Jan 2006) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2002) 52.222-36 Affirmative Action for Workers with Disabilites (Jun 1998) 52.223-18 Encourgaging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513) 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006) 52.232-33 Payment by electronic Funds Tranasfer - Centtral Contractor Registration (Oct 2003) 52.222-41 Service Contract Act of 1965 (Nov 2007) 52.252-1 Solicitation Provisions Incorporated by reference (Feb 1998) 52.252-2 Clauses Incorporated by Reference (Feb 1998) 252.225-7001 Buy American Act and Balance of Payments Program (Jan 2009) 252.225-7002 Qualifying Country Sources As Subcontractors (Apr 2003) 252.232-7003 Electronic Submission of Payment Requests (Mar 2007) The Government will only consider Firm Fixed-Price quotations. Offerors must complete and submit with the quotation FAR provision 52.212-3 Offeror Representations and Certifications - Commercial Items (May 2008). Offeror must be registered in the System for Award Management Registration (SAM) prior to award. The website address is www.sam.gov. Electronic Offers: Vendors may submit electronic quotes in response to this RFQ. Email RFQ to the following address, mark.blanco@ang.af.mil. If vendors choose to email the quote, the Government will not be responsible for any failure of transmission or receipt of the quote, or any failure of the vendor to verify receipt of the emailed quote. Offer due date: 3:00 PM Central Standard Time (CST) on 16 September 2013 Questions: Prospective vendors are encouraged to submit any questions by email regarding this RFQ by end of business 26 August 2013.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA16-1/F8J2LG3214A001/listing.html)
 
Place of Performance
Address: 159 FW/LGCV LA Air National Guard Base Contracting Office, 400 Russell Ave, NAS-JRB, Bldg 473, Rm 212 New Orleans LA
Zip Code: 70143
 
Record
SN03151832-W 20130818/130816234520-eb51173373b9865136c20b5bb014be97 (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.