Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 01, 2014 FBO #4480
MODIFICATION

61 -- WEG Electric Motor - Questions 27 Feb

Notice Date
2/27/2014
 
Notice Type
Modification/Amendment
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 36 CONS - Andersen, Unit 14040, Andersen AFB, 96543-4040
 
ZIP Code
96543-4040
 
Solicitation Number
F1C3474030A003
 
Archive Date
3/16/2014
 
Point of Contact
Daniel T. Sindorf, Phone: 671-366-7110
 
E-Mail Address
daniel.sindorf@us.af.mil
(daniel.sindorf@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Laurel info Heat info Questions 27 Feb Added questions/answers and extended response time extended 24 hours. Please note that due to the time difference, any questions submitted after 10:00 pm eastern time Thursday, 27 February will not be answered prior to the response time. 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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number F1C3474030A003. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-72, effective December 31, 2013. The North American Industrial Classification System (NAICS) code is 335312 and the size standard is 1000. The Government has a requirement for a WEG 450 hp motor to include modifications for our application. Please see attached package. Shipping shall be FOB Travis AFB, CA for shipment via mil air; shipping costs must be included in quote. The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. Submit the price quote information via email to Daniel Sindorf at daniel.sindorf@us.af.mil. Responses to this RFQ must be received via e-mail not later than 5:00 pm Eastern Time on Saturday, 1 March 2014. All firms must be registered and active in the System for Award Management (SAM) at www.sam.gov in order to be considered for award. All proposals must be directly submitted by the firm registered in SAM that is intended to be the successful awardee. Proposals submitted by another firm on behalf of a SAM registered company with the intention of being award "care of" will not be accepted. Award will be made to the offeror whose quote represents the lowest price technically acceptable offer. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items is included in this solicitation, and the offeror must include a completed copy of this provision with their quote or be currently registered on the SAM and have their online reps and certs available there. The following provisions and clauses apply to this acquisition: FAR 52.211-6, Brand Name or Equal; 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. The following checked provisions and clauses are applicable to this acquisition: FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debared, Suspended, or Proposed for Debarment; FAR 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards, FAR 52.209-10, Prohibition on Contracting wWith Inverted Domestic Corporations; FAR 52.219-6, Notice of Total Small Business Set-Aside; 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 52.222-36, Affirmative Action for Workers with Disabilities, 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 52.247-64 Alt 1, Preference for Privately Owned U.S.-Flag Commercial Vessels; FAR 52.252-2, Clauses Incorporated by Reference (http://farsite.hill.af.mil); DFARS 252.203-7000, Requirements Relating to Compensation of former DoD Officials, DFARS 252.225-7001, Buy American Act and Balance of Payments Program, DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.232-7010, Prohibition on Interrogation of Detainees by Contractor Personnel; DFARS 252.244-7000, Subcontracts for Commercial Items and commercial Components (DoD Contracts); DFARS 252.247-7023 Alt III, Transportation of Supplies by Sea. DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions. All quotes and any requests for further information must be sent to Daniel Sindorf at daniel.sindorf@us.af.mil, 671-366-7110.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/36CONS/F1C3474030A003/listing.html)
 
Record
SN03297973-W 20140301/140227234206-89236e21d2c615eb17dceaa94493f38d (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.