Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2015 FBO #5041
SOLICITATION NOTICE

16 -- A10 Engine Covers

Notice Date
9/10/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
314999 — All Other Miscellaneous Textile Product Mills
 
Contracting Office
Department of the Army, National Guard Bureau, 127 MSC, Contracting Division, 43200 MAPLE STREET, BLDG 105, SELFRIDGE ANG BASE, Michigan, 48045-5213
 
ZIP Code
48045-5213
 
Solicitation Number
W912JB-15-T-4138
 
Archive Date
10/1/2015
 
Point of Contact
Tami L McKenney, Phone: 5862395989
 
E-Mail Address
tami.l.mckenney.civ@mail.mil
(tami.l.mckenney.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
(I) This is a combined synopsis/solicitation for commercial items prepared 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 a written solicitation will not be issued. (II) Solicitation W912JB-15-T-4138 is issued as a Request for Quote (RFQ). (III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-83-2. (IV) This requirement is being issued as a 100% small business set aside. The associated NAICS code for this acquisition is 314999; FSC 1680; Small Business size standard is 15mil. UNFUNDED DISCLOSURE: This request for quote is for pricing only. Funds are not presently available for this requirement; FAR 52.232-18 Availability of Funds applies. The Government's obligation under this requirement is contingent upon the availability of appropriated funds from which contract award can be made. Quotes valid through 30 September 2015 are requested. (V) SCHEDULE OF SUPPLIES/SERVICES: 44 Each, A10 Engine Covers: Aircraft engine covers consisting of 18oz vinyl coated nylon, long lasting, durable material in all weather conditions, screen printed with durable ink logo and tail number on the front (intake) and aircraft tail number and remove before use on the back. Red "Remove Before Flight" panel across the top on the engine covers measures 38 inches with 4 inch white letters. Two different Full Color Logos split equally. Full Color logo is digitally printed on 2 mil cast vinyl with laminate. It will be both heat sealed and sewn into place. Both logos will be printed in a 28 inch circle. Matching front and rear covers connected by a strong, nylon, non-twisting straps, easy to install and remove by one person. Exhaust section panel measures 18.5 inches across. The panel will show "Remove Before Flight" printed with a red background using white letters measuring 1 ¾ "Tall. Tail Numbers will be printed in White 3 inch tall centered in the panel section. Drawing and/or specifications to be submitted with quotes. (VII) FOB point is Destination to Selfridge Air National Guard Base, MI 48045 (VIII) The provision FAR 52.212-1, Instructions to Offerors, Commercial in its latest edition applies to this solicitation. (IX) Quotes will be technically evaluated for conformance with the requirements of paragraph (V). Technical acceptance will be determined on a pass/fail basis. The government intends to award a contract to the lowest priced technically acceptable quote without discussions. The government, however, reserves the right to conduct discussions if deemed in the best interest of the government. (X) Offerors are to include a completed copy of the provision at 52.212-3 Alt 1, Offeror Representations and Certifications - Commercial Items with their offer. This can be completed electronically at https://sam.gov/. (XI) The clause FAR 52.212-4, Contract Terms and Conditions - Commercial Items in its latest edition applies to this solicitation. (XI) The following clauses in their latest editions apply to this acquisition: FAR 52.203-3, Gratuities 52.204-7, System for Award Management 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders 52.212-4, Contract Terms and Conditions-Commercial Items 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor - Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-25, Affirmative Action Compliance 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 252.225-7001, Buy American and Balance of Payments Program 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.233-1, Disputes 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.247-34, F.O.B. - Destination 52.249-1, Termination for Convenience of the Government (Fixed-Price) (Short Form) 52.252-2, Clauses Incorporated by Reference 52.252-6, Authorized Deviations in Clauses DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7003, Control of Government Personnel Work Product 252.204-7004 Alt A, Central Contractor Registration 252.204-7012, Safeguarding of Unclassified Controlled Technical Information 252.209-7992, Prohibition against contracting w/Corps that have unpaid delinquent tax liability or a felony conviction. 252.211-7003, Item Identification and Valuation 252.225-7001, Buy American and Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests 252.232-7010, Levies on Contract Payments 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) (Section 1038 of Pub. L. 111-84) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631) 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631) (XIII) The following additional provisions are incorporated by reference: 52.214-31, Facsimile Bids 52.219-1 Alt 1, Small Business Program Representations 252.225-7035 Alt I, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program Certificate Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. (XIV) N/A. (XV) All information relating to this solicitation, including, changes/amendments, questions and answers, will be posted on the following website: http://www.FBO.gov. Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address below. All answers (on a non-attribution basis) will be posted on the http://www.FBO.gov web site. They will be contained in the in a document titled "Questions and Answers". Offerors are requested to submit questions to the email address noted below not later than, 11:00AM EST, 14 September 2015. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in SAM (http://www.sam.gov). Quotes are due to the 127 MSC 43200 Maple Street, BLDG. 105, Selfridge ANG Base, Michigan 48045, by 12:00 P.M. EST, 16 September 2015. All responsible sources may submit a response which, if timely received must be considered by the agency. Emailed quotes will be accepted at tami.l.mckenney.civ@mail.mil or by fax at 586-239-4300. Point of Contact for this solicitation is Tami McKenney at 586-239-5989.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA20-2/W912JB-15-T-4138/listing.html)
 
Place of Performance
Address: Selfridge ANG Base, Michigan, 48045, United States
Zip Code: 48045
 
Record
SN03880195-W 20150912/150911000201-35cf200e38ffcf192c0c0cc8bbcc75a3 (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.