Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2014 FBO #4631
SOLICITATION NOTICE

71 -- Hanel Stack System Spare parts - Brand Name J&A

Notice Date
7/28/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 366 CONS, 366 Gunfighter Ave Ste 498, Mountain Home AFB, Idaho, 83648-5258
 
ZIP Code
83648-5258
 
Solicitation Number
F3F3WM4184A901
 
Archive Date
8/21/2014
 
Point of Contact
Richard A. Knizekewich, Phone: 2088283120, Erik W. Owens, Phone: 2088282116
 
E-Mail Address
richard.knizekewich@us.af.mil, erik.owens.5@us.af.mil
(richard.knizekewich@us.af.mil, erik.owens.5@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Justification for Brand Name only. (i) This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and written solicitation will not be issued. (ii) This combined synopsis/solicitation is issued as a RFQ, F3F3WM4183A901. Submit written quotes only, oral offers will not be accepted. All firms or individuals responding must be registered with System for Award Management (SAM). (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-75 and through Department of Defense Acquisition Regulation Change Notice 20140721. It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm (iv) This procurement is being issued as a small business set-aside. North American Industrial Classification Standard: 337215; Small Business Size Standard: 500 EMP (v) Contract Line Items: CLIN 0001 1 Each Hanel S8-45; MP12D/N CPU I for Lean lift 2460-825 ES21. CLIN 0002 1 Each Hanel S8-49; MP12N-ETX CPU II for Lean lift 2460-825 ES21. CLIN 0003 1 Each Hanel S9-05; SENSOR POSITION SYSTEM LL for Lean lift 2460-825 ES2. CLIN 0004 2 Each Hanel B10-01; PROX SWITCH LL for Lean lift 2460-825 ES21. CLIN 0005 2 Each Hanel B12-01; PROXIMITY SWITCH LL for Lean lift 2460-825 ES21. CLIN 0006 1 Each Hanel X9-50-8; SPIRAL CBL LL 8M for Lean lift 2460-825 ES21. CLIN 0007 1 Each Hanel X9-60-8.5; SPIRAL CABLE FOR LL 8.5M for Lean lift 2460-825 ES21. CLIN 0008 1 Each Hanel B1-11; Power supply for height detection light curtain Object C100F for Lean lift 2460-825 ES21. CLIN 0009 1 Each Hanel B0-0LV; Power supply Werac safety light curtain for Lean lift 2460-825 ES21. CLIN 0010 1 Each Hanel LL-217; CONVEYOR CHN COMPLETE(set of 2) for Lean lift 2460-825 ES21. CLIN 0011 1 Each Hanel S7-09N; TFT display complete with connecting cable for Lean lift 2460-825 ES21. CLIN 0012 1 Each Hanel B1E-11/2; Receiver array for height detection light barrier Object 100F LL for Lean lift 2460-825 ES21. CLIN 0013 1 Each Hanel B1S-11/2; Transmitter array for height detection light barrier Object 100F for Lean lift 2460-825 ES21. CLIN 0014 1 Each Hanel B0-26-777MM; Safety light curtain WERAC Safety40 (transmitter) for Lean lift 2460-825 ES21. CLIN 0015 1 Each Hanel B0-27-777MM; Safety light curtain WERAC Safety40 (receiver) for Lean lift 2460-825 ES21. (vi) Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). (vii) The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items, applies to this acquisition. QUOTE/PROPOSAL INSTRUCTIONS: The vendor shall fully explain their ability to meet the requirements from above. Shipping shall be FOB Destination. Quote shall specify the Total Price. Quotes will be evaluated for Completeness (all line items are priced). Adequate competition is anticipated for this acquisition. The Government will award a firm-fixed price purchase order resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price considered. Offerors shall submit firm-fixed pricing for all above requirements. Include commercial price lists and if applicable, any FSS schedule numbers and pricing. Include any applicable discounts to the Government. (ix) The provision at FAR 52.212-2 Evaluation -- Commercial Items, applies to this acquisition. EVALUATION FACTORS FOR AWARD: The Government intends to award a contract resulting from this solicitation to the responsible offeror whose quote is the lowest price and meets the requirement. The following factors shall be used to evaluate offers: 1. Price (all line items shall be priced) The offeror's initial quote shall contain the offeror's best terms from a price standpoint. The Government reserves the right to make no award as a result of this solicitation. Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (x) The clause at FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, applies to this acquisition. Complete only paragraph (j) of this provision if the annual representations and certificates have been completed electronically at System for Award Management (SAM) website. If the annual representations and certifications have not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed. (xi) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-4 addendum is included. (xii) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item (DEVIATION). (xiii) The following provisions and clauses apply to this acquisition: FAR 52.204-7 System for Award Management; FAR 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.204-10; Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-13 System for Award Management Maintenance; FAR 52.209-6 Protecting the Government's when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment; FAR 52.217-8 Option to Extend Services; FAR 52.217-9 Option to Extend the Term of the Contract; FAR 52.219-28 Post-Award Small Business Representation; FAR 52.222-3 Convict Labor; 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 52.222-41 Service Contract Act of 1965; 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 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certification; FAR 52.232-33 Payment by Electronic Funds Transfer-Central; Contractor Registration; FAR 52.232-39 Unenforceability of Unauthorized Obligations; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.237-1 Site Visit; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.252-6 Authorized Deviations in Clauses; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials; DFARS 252.204-7004 Alternate A; DFARS 252.225-7001 Buy American and Balance of Payments Program; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.232.7006 Wide Area Workflow Payment Instructions; and AFFARS 5352.201-9101 Ombudsman (see below POC). **Lt Col Tonney Kaw-uh, 129 Andrews St, Langley AFB, VA 23665-2769, phone number (757) 764-5373, facsimile number (757) 764-4400, Email address: tonney.kawuh@langley.af.mil.** (xiv) Defense Priorities and Allocation System (DPAS)- Not applicable (xv) SOLICITATION RESPONSES must be received no later than 4:00 pm Mountain Daylight Time 7 August 2014 at 366TH Contracting Squadron/LGCA2, Suite 498, Bldg 512, Mountain Home AFB, ID 83648. Quotes received after submission will not be considered. Mail or e-mail response to Richard.knizekewich@us.af.mil and erik.owens.5@us.af.mil. An official representative of your company shall submit the offer. The government shall not reimburse respondents for any costs associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this solicitation. The government reserves the right to cancel this solicitation, either before or after the closing date. (xvi) Point of Contact: A1C Richard A. Knizekewich, Contract Specialist, Ph. 208-828-3120; e-mail: Richard.knizekewich@us.af.mil. A1C Erik Owens, Contracting Specialist, Ph. 208-828-2116, e-mail: erik.owens.5@us.af.mil. PLACE OF PERFORMANCE: Mountain Home AFB, ID 83648.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/366CONS/F3F3WM4184A901/listing.html)
 
Place of Performance
Address: Mountain Home AFB, Mountain Home AFB, Idaho, 83648, United States
Zip Code: 83648
 
Record
SN03440402-W 20140730/140728235212-052b3cf2f80bfefde4805dc7e48c4cc6 (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.