Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 25, 2014 FBO #4626
SOLICITATION NOTICE

J -- JLG Lift Inspection, Maintenance and Certification - Package #1

Notice Date
7/23/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 5 CONS, 211 Missle Avenue, Minot AFB, North Dakota, 58705-5027, United States
 
ZIP Code
58705-5027
 
Solicitation Number
F3C3EC4100A001
 
Point of Contact
Ronni S Stuart, Phone: 701-723-7499, Angela Klein, Phone: 701-723-3057
 
E-Mail Address
ronni.stuart@us.af.mil, angela.klein@us.af.mil
(ronni.stuart@us.af.mil, angela.klein@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work Request for Quotation Description: (i) 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. (ii) The solicitation number F3C3EC4100A001 is being issued as a request for quotation. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74. (iv) This acquisition is unrestricted. The North American Industry Classification System (NAICS) code is 811310 with a size standard not to exceed $7,000,000.00 (U.S.). (v) CLIN 00001 - Inspection, Maintenance and Certification of 80 foot JLG Aerial Platform Model Number: 800S, Serial Number 00300070026. See attached Request for Quotation and Statement of Work. (vi See attached Request for Quotation for specifications. (vii) Place of delivery is Minot AFB, ND 58705 and is FOB destination. (viii) The provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. (ix) The provision 52.212-2, Evaluation-Commercial Items, applies to this procurement. (a)The government will award a firm-fixed price 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. The other factors considered will be the ability to meet the salient characteristics of the items above. Award shall be based on best value to the government. (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. (x) The government advises Offerors to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. Offerors are also reminded to complete Offeror Representations and Certifications on-line at https://www.sam.gov/portal/public/SAM/ prior to submitting an offer. (xi) Clause 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. (xii) Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition and the additional FAR clauses cited in the clause are applicable: 52.219-6, 52.219-28, 52.222-3, 19, 21, 26, 52.232-33, 52.222-41, 42, and 44, and 52.223-18. (xiii) Additional FAR clauses that apply are: 52.204-7. Applicable DFARS clauses that apply are 252.203-7000, 252.203-7002, 252.204-7003, 252.209-7993, 252.211-7003, 252.225-7001, 252.204-7004 Alt A and 252.232-7003. Applicable AFFARS clauses that apply are 5352.201-9101. (xiv) There is no Defense Priorities and Allocations System (DPAS) rating applicable for this procurement. (xv) All offerors must submit a quote by 4:30 pm Central Standard Time on Wednesday, 30 July 2014. Quotes received after that time may not be considered. (xvi) Any questions regarding this notice should be directed to Ronni Stuart, 5 CONS/LGCS, 165 Missile Avenue, Minot, ND 58705, (701) 723-7499, or by email to ronni.stuart @us.af.mil. The alternate contact is Angie Klein at (701) 723-3057 or email angela.klein@us.af.mil. The response to this solicitation may be accomplished by mail, electronically, or facsimile. The fax number is (701) 723-4172.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/05dac94df14917c462197e40db71ed87)
 
Place of Performance
Address: Pick up from and delivery to:, Minot AFB, North Dakota, 58704, United States
Zip Code: 58704
 
Record
SN03435411-W 20140725/140724000008-05dac94df14917c462197e40db71ed87 (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  © 1994-2020, Loren Data Corp.