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
MODIFICATION

17 -- BAK 15 Repair Parts - Brand Name J&A Letter

Notice Date
7/28/2014
 
Notice Type
Modification/Amendment
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 325 CONS, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB,, Florida, 32403-5526, United States
 
ZIP Code
32403-5526
 
Solicitation Number
F4ATA34099A001
 
Archive Date
8/16/2014
 
Point of Contact
Carl A. Richardson, Phone: 850 283-9147
 
E-Mail Address
carl.richardson.4@us.af.mil
(carl.richardson.4@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Brand Name J&A This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, proposals/quotes are being requested, and a written solicitation will not be issued. FAR Part 13 procedures are being utilized. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-74. The solicitation reference number is F4ATA34099A001 and this solicitation is being issued as a Request For Quote (RFQ). This acquisition will be full and open competition under North American Industry Classification System (NAICS) code 336413 with a size standard is 1000 employees. A firm-fixed price purchase order will be awarded in accordance with FAR Part 13. This RFQ consists of the following Contract Line Item Numbers (CLIN): CLIN (ESCO Part Numbers) Quantity (Each) 0001 Gauge Protector. P/N: 52B7584-1 6 0002 Straight Thread Reducer. P/N: 70001-172 6 0003 Limit Switch. P/N: 60004-018 8 0004 90 Degree Male Elbow. P/N: 22679-002 6 0005 Bulkhead Union. P/N: 70001-173 10 0006 Hose. P/N: 52B10177-10 6 0007 Bearing, Duralon. P/N: 70004-124 6 0008 Tee. P/N: 70001-134 6 0009 Elbow. P/N: 22679-009 6 0010 Column Gauge. P/N: 52B6561-1 4 0011 Thimble, Wire Rope. P/N: 70003-064 6 0012 Shear Joint Assembly. P/N: 52C3896-1 6 0013 Bumper Pad. P/N: 52C9043-1 12 0014 Packaging Preformed 3/8 Thick. P/N: 04521-002 12 0015 Spherical Bearing, Type SF. P/N: 70004-135 8 0016 Relief Valve Assembly. P/N: 52C9995-1 4 0017 Dump Valve. P/N: 52C9003-1 4 0018 Solenoid Valve Assembly-10. P/N: 9C00643-101 8 0019 Installation Kit, Solenoid Valve. P/N: 52B6503-4 4 0020 Latch Assembly. P/N: 9D00997-1 4 0021 Duralon Journal Bearing. P/N: 70004-206 4 All quotes must reflect FOB Destination.*** EVALUATION FACTORS: In accordance with FAR 52.212-2 Evaluation-Commercial Items, the Government intends to award a 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 factor(s) considered. The following factors shall be used to evaluate offers: 1. Technical Capability - Evaluated against the specifications on a pass/fail basis 2. Price Delivery shall be made within 60 Days after Award of Contract. Evaluation will be based on the lowest price technically acceptable (LPTA) which will be determined to represent the Best Value. In order to be considered for award, vendor must adhere to all quotation requirements detailed herein. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. The following FAR/DFARS/AFFARS provisions/clauses apply to this acquisition: FAR 52.204-7 - System for Award Management FAR 52.211-6 - Brand name or equal FAR 52.212-1 - Instructions to Offerors - Commercial Items FAR 52.212-2 - Evaluation - Commercial Items FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items FAR 52.212-4 - Contract Terms and Conditions-Commercial Items FAR 52.212-5 Deviation - Contract Terms & Conditions Required to Implement Statutes or Executive Orders - Commercial Items FAR 52.219-1 Alt I - Small Business Program Representations 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 52.222-50 - Combat Trafficking Persons FAR 52.223-18 - Contractor Policy to Ban Text Messaging While Driving FAR 52.232-33 - Payment by Electronic Funds Transfer-System for Award Management FAR 52.233-3 - Protest After Award FAR 52.233-4 - Applicable Law for Breach of Contract Claim FAR 52.247-34 - F.O.B. Destination FAR 52.252-1 - Solicitation Provisions Incorporated by Reference FAR 52.252-2 - Clauses Incorporated by Reference ( http://farsite.hill.af.mil ) FAR 52.252-5 - Authorized Deviations in Provisions ("Defense Federal Acquisition Regulation Supplement" and "Chapter 2") FAR 52.252-6 - Authorized Deviations in Clauses ("Defense Federal Acquisition Regulation Supplement" and "Chapter 2") DFAR 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials DFAR 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights DFAR 252.211-7003 - Item Identification and Valuation DFAR 252.225-7001 - Buy American Act and Balance of Payment Program DFAR 252.225-7002 - Qualifying Country Sources as Subcontractors DFAR 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports DFAR 252.232-7006 - Wide Area Workflow Payment Instructions DFAR 252.232-7010 - Levies on Contract Payments DFAR 252.247-7023 Alt III - Transportation of Supplies by Sea AFFAR 5352.201-9101 - Ombudsman NOTE: ALL OFFERORS MUST BE REGISTERED IN THE SYSTEM FOR AWARD MANAGEMENT (SAM) UNDER NAICS CODE 336413 BEFORE BEING CONSIDERED FOR AWARD. Offerors shall complete a copy of the Online Offeror Representations and Certifications Application. Please refer to https://www.sam.gov/portal/public/SAM/ for information regarding the Online Representation and Certification Application process. Information concerning SAM requirements may be viewed via the internet at http://www.sam.gov or by SAM Service Desk http://www.FSD.gov, or 1-866-606-8220. Interested parties must include, with their quote, their CAGE code, and tax identification number (TIN), and delivery date. Quotes are due Friday August 1st 2014 at 9.00 a.m eastern time. Shipping terms will be F.O.B. Destination, Tyndall AFB, FL with inspection and acceptance at destination. Please send quotes and forward any questions to : Primary : Carl Richardson Contracting Specialist 325th Contracting Squadron Tyndall AFB, FL 32403 Email carl.richardson.4@us.af.mil Phone (850) 283-9147 Fax (850) 283 8491 Alternate : Donald Sumner Contracting Officer 325th Contracting Squadron Tyndall AFB, FL 32403 donald.sumner@us.af.mil (850) 283-8644
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2fed682e8e32578bd2498265bef7a8af)
 
Place of Performance
Address: Tyndall AFB, Panama City, Florida, 32403, United States
Zip Code: 32403
 
Record
SN03440621-W 20140730/140728235407-2fed682e8e32578bd2498265bef7a8af (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.