Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 17, 2010 FBO #3280
SOLICITATION NOTICE

16 -- Fly Away kits for RQ4B Air Vehicle

Notice Date
11/15/2010
 
Notice Type
Justification and Approval (J&A)
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 88 CONS/PK, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Archive Date
12/16/2010
 
Point of Contact
Daniel J Huiet, Phone: 9372554835
 
E-Mail Address
daniel.huiet@wpafb.af.mil
(daniel.huiet@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Award Number
FA8620-11-P-3005
 
Award Date
11/16/2010
 
Description
This RFQ is to procure: The vendor is to supply eight (8) Fly-away kits for the RQ-4B aircraft. Fly-away kits are stored on the aircraft and provide the support equipment to tow and safe the aircraft. The government intends to solicit and negotiate with one source under the authority of FAR 13.106-1(b)(1) and FAR 6.302-1(a)(2)(iii). The proposed source is Mar-con, 2301 Arbor Ave Blvd, Dayton Ohio 45439. This notice of intent is not a request for competitive quotations; however, any quotation received within one (1) day of the issuance of this notice will be considered by the government. A determination by the government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. This announcement constitutes the only solicitation. There will be no hard copies distributed. A site visit is not deemed to be necessary. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) FAC 2005-38, effective 01 Feb 2010 & Class Deviation 2009-O0009. The USAF anticipates awarding a competitive award as a result of the RFQ, but reserves the right to make no award at all if determined to be in the Government's best interest. North American Industry Classification System (NAICS) code is 336413 and the size standard is 1000 employees. The Fly-Away Kits required completion time schedule of no later than December 29th, 2010 (12/29/2010) to complete assembly of the eight Fly Away Kits. FOB is source. This contract will be awarded as a FFP (Firm Fixed Price). These instructions prescribe the format of quotes and describe the approach for the development and presentation of quote data. They are designed to ensure the submission of information essential to the understanding and comprehensive validation of quotes. The instructions permit the inclusion of any additional data or information a contractor deems pertinent. Contractors are cautioned to follow the detailed instructions fully and carefully, as the Government intends to make an award based on initial quotes received, without discussions with such offerors. The following provisions and clauses apply to this acquisition and are hereby incorporated by reference: ATTN: The following clauses and provisions apply: FAR 52.212-1 Instructions to Offerors-Commercial Items FAR 52.212-2 Evaluation-Commercial Items FAR 52.212-3 Offeror Representation and Certifications FAR 52.212-4 Contract Terms and Conditions FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items FAR 52.219-8 Utilization of Small Business Concerns FAR 52.219-9-1 Small Business Program Representations fill-in (a) (1) is 333315, fill-in (2) is 500 employees. FAR 52.222-19 Child Labor FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-22 Previous Contracts and Compliance Reports FAR 52.222-22 Previous Contracts and Compliance Reports FAR 52.222-25 Affirmative Action Compliance FAR 52.222-26 Equal Opportunity FAR 52.222-35 Equal Opportunity for Special Disabled Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-39 Notification of Employee Rights concerning Payment of Union Dues and Fees FAR 52.223-11 Ozone Depleting Substances FAR 52.232-33 Payments by Electronic Funds Transfer-Central Contractor Registration FAR 52.233-3 Protest after Award FAR 52.252-1 Solicitation Provisions Incorporated by Reference FAR 52.252-2 Clauses Incorporated by Reference FAR 52.252-5 Authorized Deviations in Provisions FAR 52.525-6 Authorized Deviations in Clauses FAR 19.702 - Statutory Requirements subcontracting plan DFARS 252.203-7002 Requirement to Inform Employees of Whistleblowers Rights DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.211-7003 Item Identification and Valuation DFARS 252.212-7001 Contract Terms and Conditions required to Implement Statues or Executive Order applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7001 Buy American Act and Balance of Payment Program DFARS 252.225-7002 Quality Country Sources as Subcontractors DFARS 252.232-7003 Electronic Submission of Payment Requests DFARS 252.243-7001 Pricing of Contract Modifications AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substance Wide Area Work Flow 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 (End of Provision). 5352.201-9101 - Ombudsman (Aug 2005) is applicable to this acquisition. An Ombudsman has been appointed to address concerns from offerors or potential offerors during the proposal development phase of this acquisition. The Ombudsman does not diminish the authority of the program director or contracting officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process." Concerned parties may contact the Center/MAJCOM ombudsmen, Mr. Howard E. Marks Jr., ASC/AQH, 1755 11th St, Bldg 570, Room 101, Wright-Patterson Air Force Base, OH 45433-7404, Tel. 937-937-255-8642, e-mail: howard.marks@wpafb.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. IMPORTANT NOTICE TO CONTRACTORS: Any award resulting from this solicitation requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow-Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost, at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. By submission of a quote, the contractor acknowledges the requirement that a prospective awardees and the manufacturers must be registered in Central Contractor Registration (CCR) with the North American Industry Classification System (NAICS) code 336413 and Online Representations and Certifications Application (ORCA) prior to award for solicitations issued after 31 May 1998. For CCR registration, Telephone 888-2423 or 269-961-4725 or website: http://www.bpn.gov/CCR/Scripts/index.html. For ORCA registration, website https://orca.bpn.gov/ The Contracting Officer may be contacted by email at Gary.vangorder@wpafb.af.mil. For routine matters on individual solicitations, please contact Chris Shirk at 937-255-7563 or email Christopher.shirk@wpafb.af.mil All offers are due at 1200 hours Eastern Daylight Savings Time on 16 November 2010. The preferred method of receiving quotes is e-mail to Chris Shirk at Christopher.shirk@wpafb.af.mil or Daniel Huiet 937-255-4835 or email Daniel.Huiet@wpafb.af.mil. To view the provisions and clauses in full text, visit the web site: http://farsite.hill.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9e1e55d6f9ad4613b7330afc08848e8d)
 
Place of Performance
Address: Marcon, 2301 Arbor Blvd, Dayton, Ohio, 45439, United States
Zip Code: 45439
 
Record
SN02327554-W 20101117/101115234148-9e1e55d6f9ad4613b7330afc08848e8d (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.