Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 03, 2006 FBO #1833
SOLICITATION NOTICE

16 -- Flip - Up Pitot Retrofit Kits

Notice Date
12/1/2006
 
Notice Type
Solicitation Notice
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
149 FW, 1493 Billy Mitchell Blvd, Lackland AFB, TX 78236-0123
 
ZIP Code
78236-0123
 
Solicitation Number
F9J2MX6200A100
 
Response Due
12/15/2006
 
Archive Date
2/13/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Solicitation F9J2MX6200A100 is being issued as a Request for Quotation (RFQ). This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisiti on Circular 2001-27. This acquisition is reserved for small business concerns. The associated NAICS code is 336413, and the size standard for a small business under this NAICS code is one that is equal to or less than 1000 employees. COMMERCIAL ITEM D ESCRIPTION: The 149 Fighter Wing, Lackland AFB, TX has a requirement for East/West Industries - Flip-up Pitots Retrofit Kits and Inertia-Reel Maintenance Access Door Retrofit Kits. Due to the technical aspect of the commodity and production, all Contrac t Line Items (CLINSs) have a desired delivery time of 210 days ARO. Delivery will be FOB Destination and all cost associated with shipping will be included in price. Description and specification requirements CLIN 0001: Twenty-Eight (28) each Flip-up Pi tot Retrofit Kits, Part # 386K500-1 (NSN: 1680-01-468-3700), CLIN 0002: Twenty-Eight (28) each Intertia-Reel Maintenance Access Door -Retrofit Kit, Part # 392K400-1. The following clauses apply to this provision, FAR 52.211-6 Brand Name or Equal, is her eby included: Brand Name or Equal ( Aug 1999) (a) If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Governments needs. The salient physic al, functional, or performance characteristics that equal products must meet are specified in the solicitation. (b) To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must (1) Meet the salient phy sical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear Referere nce to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirement. Mark any descriptive ma terial to clearly show the modifications. (c) The Contracting Officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision). FAR 52.204-4, Printed or Copied-Double Sided on Recycled Paper; FAR 52.204-7, Central Contractor Registration; FAR 52.219-6, Notice of Small Business Set-Aside; FAR 52.219-8, Utilization of Small Business Concerns ; FAR 52.219-14, Limitations of Subcontracting; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.212-1, Instructions to Offerors, FAR 52.212-2, Evaluation of Commercial item. FAR 52.212-3 (alt 1), Offerers Representations and Ce rtifications, Commercial items (offerors shall include a copy as part of their quote). FAR 52.212-4, Contract Terms and Conditions is incorporated by reference and applies to this acquisition with the following addendum: DFARS 252.204-7004 ALT A, Required Central Contract Registration, Commercial items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEVIATION) (F ull text available at (http://farsite.hill.af.mil); Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. The following clauses are incorporated by reference: 52 .203-3, Gratuities, 52.203-6 (Alt I), Restrictions on Subcontractor Sales to the Government; 52.219-1 (Alt II), Small Business Program Representation; 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-35, Equal Opportunity for Special Disa bled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for workers with Disabilities; 52.233-3 Protest After Award; 52.222-37, Employment Reports On Special Disabled Veterans; 52 .222-3, Convict Labor; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer  Central Contractor Registration (31 U.S.C.3332); 52.252-2, Clauses Incorporated by Reference, This contract incorporates one or m ore 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 address: http:/ /farsite.hill.af.mil; 52.252-6, Authorized Deviations in Clauses; 252.225-7001, Buy American Act Balance of Payment; 252.225-7000, Buy American Act Balance of Payment; 252.225-7036, Buy American Act- NAFTA; 252.232-7003, Electronic Submission of Payment Re quests; 225-243-7002, Request for Equitable Adjustments; 252.212-7000, Offer representation and Certifications-Commercial Items (Posted at website); 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Order Applicable to Defense Acquisition of Commercial Items (DEVIATION) (full text available at http: farsite.hill.af.mil); 252.225-7012, Preference for Certain Domestic Commodities; 252.243-7002, Request for Equitable Adjustment; 252.247-7022, Representation of extent of tra nsportation by sea; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea. Formal communications such as request for clarifications and/or information concerning this solicitation must be submitte d in writing or via e-mail to the address below not later than 12:00 P.M. Central Standard Time, 14 December 2006. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, norm al procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). Quotes will be due to the 149 MSG/MSC, 1493 Billy Mitchell Bl vd, Lackland AFB, TX 78236, by December 15, 2006, 12:00 P.M. Central Standard Time, Email quotes is the preferred method of acceptance to roberto.pena@txkell.ang.af.mil Please reference the solicitation number with the quote. No FAX quotes will be ac cepted. Point of Contact is MSgt Roberto Pena, (210) 925-7127.
 
Place of Performance
Address: 149 FW 1493 Billy Mitchell Blvd, Lackland AFB TX
Zip Code: 78236-0123
Country: US
 
Record
SN01189426-W 20061203/061201221022 (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.