Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 28, 2015 FBO #4872
SOLICITATION NOTICE

J -- Parts to Replace 400 AMP Breaker

Notice Date
3/26/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423610 — Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 301 LSS/LGC, 1710 Burke Street, Suite 100, Carswell ARB, NAS JRB FT Worth, Texas, 76127-6200
 
ZIP Code
76127-6200
 
Solicitation Number
F5A6CE4294A001
 
Archive Date
4/25/2015
 
Point of Contact
Linda S. Shumaker, , Marvin Frizell,
 
E-Mail Address
linda.shumaker@us.af.mil, marvin.frizell.1@us.af.mil
(linda.shumaker@us.af.mil, marvin.frizell.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Combined Synopsis/Solicitation prepared in accordance with the format outlined in FAR Subparts 12.6 as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. The solicitation number is F5A6CE4294A001 and is issued as a Request for Proposal (RFP). The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular ( FAC) 2005-78, DFARS current to DPN 20141216 and AFAC 2014-1001. SET ASIDE : This solicitation is being issued as a Small Business Set-Aside in accordance with FAR Part. 19.5 -- under North American Industry Classification System (NAICS) code 423610 (Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers), with a size standard of 100 Employees. FUNDING STATUS : This acquisition is currently FUNDED. EVALUATION : In accordance with FAR 13.106-1(a) (2) offerors are notified that award will be made on the basis of Lowest Price Technically Acceptable (LPTA). Submissions will be evaluated IAW FAR 13.106-2 & FAR 15.101-2. The lowest price proposal will be reviewed for Technical Acceptability first. Technical Acceptability shall be based on conformance to the requirements detailed. If found technically acceptable, no further reviews will be conducted. If not found acceptable, the next lowest priced submittal shall be evaluated. DESCRIPTION: The first item is a brand name or equal requirement. Items shall be like or equal to 1 ea. Cooper Bussmann Non 400 Class H General Purpose Fuse 1 ea. 200A Disconnect Switch 4 ea. 200A Fuses 2 ea. 3" Oil Tight Seals 1 ea. 400 A Disconnect SW 10 ea. Aluminum Multi Tap Connectors 3 ea. 500 THHN Cable 1 ea. 400A 3 Pole Breaker 1 ea. Shunt Trip Control Freight - Destination: Building 1650, NAS JRB Ft. Worth (Carswell), TX CLAUSES / PROVISIONS. The following provisions and clauses apply to this procurement: FAR 52.202-1, Definitions FAR 52.203-12, Limitation on Payments in Influence Certain Federal Transactions FAR 52.204-7, Central Contractor Registration FAR 52.204-13, Central Contractor Registration Maintenance FAR 52.212-1, Instructions to Offerors - Commercial Items FAR 52.212-2 -- Evaluation -- Commercial Items. FAR 52.212-3 Alt I, Offeror Representations and Certification-Commercial Items (all offerors shall include a completed copy of this provision with their proposal unless electronically filed in System for Award Management) FAR 52.212-4, Contract Terms and Conditions-Commercial Items FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. [in paragraphs (b) and (c) the following clauses apply: 52.203-6, Alt I, 52.204-10, 52.209-6, 52.209-10, 52.219-4, 52.219-8, 52.219-28, 52.222-3; 52.222-19; 52.222-21, 52.222-26, 52.222-35, 52-222-36, 52.222-37, 52.222-40, 52.222-54, 52.223-18, 52.225-1, 52.225-13, and 52.232-33] FAR 52.219-1 Alt I, Small Business Program Representations FAR 52.223-5, Pollution Prevention and Right-to-Know Information FAR 52.228-5, Insurance - Work on a Government Installation FAR 52.233-3, Protest After Award FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.242-13, Bankruptcy FAR 52.245-1, Government Property FAR 52.246-4, Inspection of Services - Fixed Price DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005, Representation Relating Compensation of Former DoD Officials DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7004 Alt A, System for Award Management DFARS 252.204-7011, Alternative Line Item Structure DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country DFARS 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country DFARS 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2015 Appropriations DFARS 252-215-7007, Notice of Intent to Resolicit DFARS 252.215-7008, Only One Offer DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7001, Pricing of Contract Modification DFARS 252.245-7002, Reporting Loss of Government Property DFARS 252.245-7003, Contractor Property System Management Administration DFARS 252.245-7004, Reporting, Re-utilization and Disposal DFARS 252.247-7022, Representation of Extent of Transportation by Sea AFFARS 5352.223-9001, Health and Safety on Government Installations FAR 52.252.1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil 52.252-2, Clauses Incorporated by Reference. 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 FAR REGISTRATION / CERTIFICATIONS : Prior to award, selected contractor must complete registration in the System for Award Management (SAM) or be currently registered. Registration in SAM is in order to receive payment for products/services rendered to the Government. If you are not registered you may request an application at (334) 206-7828 or though the SAM website at https://www.sam.gov. INVOICING: All payments are to be paid via the Internet through the Wide Area Workflow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://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 query the status of contract payment. (Reference: DFARS 252.232-7006, Wide Area Workflow Payment Instructions) SUBMISSION GUIDELINES : Submit all quotes to linda.shumaker@us.af.mil and marvin.frizell.1@us.af.mil NLT than 10 April 2015 @ 1130 AM Central. This will be the only US Government point of receipt for quotes for this requirement (this includes mail servers). It is the offeror's responsibility to get the proposal in on time and should allow sufficient time for the quote to clear any and all email servers. Microsoft Office and Adobe PDF files are the accepted forms of files to be submitted. Please limit file size to 3MB or less. Quotes submitted prior to close date are welcome. NO TELEPHONE INQUIRIES. All questions must be sent electronically via email to linda.shumaker@us.af.mil and marvin.frizell.1@us.af.mil no later than 11:00 am Central Standard time on Thursday, April 2, 2015. No questions will be accepted after that date. All questions will be answered via amendment to this combined Synopis/Solication.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/301LSSLGC/F5A6CE4294A001/listing.html)
 
Place of Performance
Address: Bldg 1650, NAS JRB Fort Worth, Texas, 76127, United States
Zip Code: 76127
 
Record
SN03680615-W 20150328/150326235931-04ff77f9caec1a160376b5103387945a (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.