Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 08, 2010 FBO #3087
SOLICITATION NOTICE

17 -- COVERS FOR BLOCK 40 F-16'S

Notice Date
5/6/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
114 FW/MSC, South Dakota ANG, 1201 West Algonquin Street, Sioux Falls, SD 57104-0264
 
ZIP Code
57104-0264
 
Solicitation Number
F9A2MA0118A001
 
Response Due
5/13/2010
 
Archive Date
7/12/2010
 
Point of Contact
Greg Johnson, 605-988-5932
 
E-Mail Address
114 FW/MSC
(gregory.johnson.5@ang.af.mil)
 
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. 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 is being issued as a request for quotation (RFQ) F9A2MA0118A001 and constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-38. This combined synopsis/solicitation is set-aside 100% for small business. North American Industrial Classification Standard 336413 applies to this solicitation; business size standard is 1000 employees. The South Dakota Air National Guard intends to issue a firm fixed priced purchase order for the following items: Delivery of 22 sets of black vinyl covers with silver imprinting for 21 one-seat and 1 two-seat F-16 Block 40 Aircraft to be ordered and delivered in three separate shipments between May and October 2010. Each set for the single seat aircraft needs to contain the following: Inlet Vinyl Cover (large mouth) w/ pouch with logo & tail number, Exhaust Vinyl Cover with logo & tail number, Ejection Seat Vinyl Cover with logo & tail number, HUD Vinyl Cover with tail number. The set for the two-seat aircraft needs to include all the items for the one-seat aircraft plus one additional Ejection Seat Vinyl Cover with logo & tail number. *The approximate dimensions for each cover are as follows: Inlet 25Wx22Dx48L, Exhaust 42 diameter x 24 deep, Ejection Seat 32Hx20Wx13.5D w/5 overlay on the sides and 3.5 overlay on the back, HUD: front 15Hx9Dx8W and back 8H. **It is anticipated that the first order will be for 5 one-seat sets and 1 two-seat set, the second order for 6 one-seat sets, and the final order for 10 one-seat sets. Delivery of the sets is needed within 30 days of the orders being placed. It is necessary to spread out the orders in order to confirm the correct tail numbers. ***Please indicate your price per one-seat set and per two-seat seat. FOB Destination Shipping and any applicable set-up charges should be included in the price of each set. ****Artwork for the logo as well as pictures of each of the four different covers are included as attachments under the Additional Information heading below. ***** The Government will 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 factors considered. Technical and past performance factors, when combined, are approximately equal in weight, when compared to price. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.204-7, Central Contractor Registration; 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-2, Evaluation Commercial Items; FAR 52.212-3 ALT 1, Offeror Representations and Certifications - Commercial Items; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.219-6, 52.219.28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-5, 52.225-13, 52.232-33; FAR 52.222-50, Trafficking in Persons; FAR 52.223-5, Pollution Prevention and Right to Know Information; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.237-1, SITE VISIT; FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation; FAR 52.252-2, Clauses Incorporated by Reference; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisition of Commercial Items; DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-10, Levies on Contract Payments; DFARS 252.247-7023 ALT III, Transportation of Supplies by Sea. The full text of the referenced FAR clauses may be accessed electronically at http://farsite.hill.af.mil/VFFARa.htm. Additional required clauses other than those listed above may be included as Addenda on the award document All questions and quotes must be directed to Greg Johnson at email: gregory.johnson.5@ang.af.mil or FAX 605-988-5997; South Dakota Air National Guard, 1201 West Algonquin ST, Sioux Falls, SD 57104-0264. Quotes are required to be received by no later than 5:00 PM CT, Thursday, May 13, 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA39-1/F9A2MA0118A001/listing.html)
 
Place of Performance
Address: 114 FW/MSC South Dakota ANG, 1201 West Algonquin Street Sioux Falls SD
Zip Code: 57104-0264
 
Record
SN02141931-W 20100508/100506234610-47772e57ba5ce1d6081cf111f6506617 (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.