Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2014 FBO #4683
SOLICITATION NOTICE

30 -- Mobile Power Trailer - Minimum Requirements List for Mobile Power Trailer

Notice Date
9/18/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - Eglin, 205 West D Avenue, Suite 433, Eglin AFB, Florida, 32542-6864, United States
 
ZIP Code
32542-6864
 
Solicitation Number
FA2823-14-P-4012
 
Archive Date
10/8/2014
 
Point of Contact
Jonathan T. Post, Phone: 8508220277, Jodi L. Zellers, Phone: 850-882-0255
 
E-Mail Address
jonathan.post.1@us.af.mil, jodi.zellers@us.af.mil
(jonathan.post.1@us.af.mil, jodi.zellers@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Minimum Requirements List for Mobile Power Trailer This is a 100% Small Business Set-Aside Solicitation The AFTC/PZIOC, Operational Contracting Office, Eglin AFB, FL, intends to solicit and award firm-fixed price contract for a Mobile Power Trailer (see attached requirements document). This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition format, FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate, written solicitation will not be issued. This announcement is issued as Request for Quote (RFQ) FA2823-14-P-4012. The North American Industry Classification System (NAICS) code for this acquisition is 335312, with small business size standard of 1000 employees; please identify your business size in your response based upon this standard. This acquisition is being solicited as 100% Small Business Set-Aside. Offerors will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis IAW FAR 15.101-2 and the award will be made to the lowest priced offeror that meets the minimum requirement. The government will not accept refurbished/used equipment. There will be no advance payments. Offerors are advised to include a completed copy of provision 52.212-3, Offer Representations and Certifications - Commercial Items and provision 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law, with their offer. This requirement is for: CLIN 0001: Mobile Power Trailer (Non-Air-conditioned) IAW minimum requirements document. CLIN 0002: Freight to Eglin, AFB FL. The following provisions and clauses are incorporated in this notice and are those in effect through Federal Acquisition Circular 2005-76 effective 25 August 2014. • FAR 52.202-1, Definitions (C); • FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (C); • FAR 52.219-8, Utilization of Small Business Concerns (C); • FAR 52.219-1, Small Business Program Representations (C); • FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items; incorporating the following (C): • FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; • FAR 52.209-6, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; • FAR 52.219-6, Notice of Total Small Business Set-Aside; • FAR 52.219-14, Limitation of Subcontracting; • FAR 52.219-28, Post-Award Small Business Program Rerepresentation; • 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, Combating Trafficking in Persons (C); • FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; • FAR 52.223-3, Hazardous Material Identification and Material Safety Data; • FAR 52.223-5, Pollution Prevention and Right-to-Know Information; • FAR 52.225-13, Restrictions on Certain Foreign Purchases; • FAR 52.232-33, Payment by Electronic Funds Transfer - System for Award Management • FAR 52.232-8, Discounts for Prompt Payment (C); • FAR 52.229-3, Federal, State, and Local Taxes (C); • FAR 52.232-18, Availability of Funds (C); • FAR 52.232-39, Unenforceability of Unauthorized Obligations in all solicitation and contracts (C); • FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; • FAR 52.233-1, Disputes (C); • FAR 52.233-3, Protests After Award (C); • FAR 52.233-4, Applicable Law for Breach of Contract Claim (C); • FAR 52.242-13, Backruptcy (C); • FAR 52.242-15, Stop Work Order (C); • FAR 52.243-1, Changes - Fixed Price (C); • FAR 52.246-2, Inspection of supplies-Fixed-price (C); • FAR 52.246-16, Responsibility for Supplies (C); • FAR 52.246-23, Limitation of Liability (C); • FAR 52.247-34, F.O.B. Destination (C); • FAR 52.249-2, Termination for Convenience of the Government (C); • FAR 52.252-2, Clauses Incorporated by Reference, which reads as follows: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of Clause) (C). • DFARS 252.203-7002, Requirements to Inform Employees of Whistleblower Rights (C); • DFARS 252.204-7003, Control of Government Personnel Work Product (C); • DFARS 252.211-7003, Item Identification and Valuation (C); • DFARS 252.215-7007, Notice of Intent to Resolicit (C); • DFARS 252.215-7008, Only One Offer, in Competitive Solicitations (C); • DFARS 252.225-7001, Buy American and Balance of Payments Program (C); • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors (C); • DFARS 252.227-7000, Non-Estoppel (C); • DFARS 252.232-7003, Electronic Submission of Payment Requests (C); • DFARS 252.232-7010, Levies on Contract Payments (C); • DFARS 252.246-7000, Material Inspection and Receiving Report (C); • DFARS 252.247-7023, Transportation of Supplies by Sea (C); • DFARS 252.247-7023 Alt III, Transportation of Supplies by Sea (C); • AFFARS 5352.201-9101, Ombudsman (C): • 53AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (C); • H-850, LOCAL CLAUSE for WAWF (C): THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR INVOICES AND ADDITIONAL EMAILS CORRECTLY THROUGH WAWF. Invoice Type: INVOICE AND RECEIVING REPORT (COMBO) *Contract Number: FA2823-14-P-4012 *Delivery Order: TBD *Issue Date: TBD *Issue DODAAC: FA2823 *Admin DODAAC: FA2823 *Inspected By DODAAC/Ext: F1TEAH *Ship To Code/Ext: F1TEAH *Ship From Code: *Pay DODAAC: F03000 Payments may be expedited electronically via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF Training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. To view the other provisions and clauses in full text, visit the web site http://farsite.hill.af.mil (End of provision) Please provide DUNS or Cage Code, Shipping Point, and any applicable tax, title, or license fees on the response to this solicitation. Please also include estimated shipping date and manufacturer's warranty. Offerors must be registered in the System for Award Management (SAM) in order to be eligible for award. If your company is capable of providing this item, pricing and any product literature must be received NLT 3:00PM Central Time, Tuesday, 23 September 2014. Send all RFQ documentation electronically to jonathan.post.1@us.af.mil. If you have any questions please contact Jonathan Post at jonathan.post.1@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AAC/FA2823-14-P-4012/listing.html)
 
Place of Performance
Address: Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN03518653-W 20140920/140919000142-b5b8327801e06bc7e90e125531b45f87 (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.