SOLICITATION NOTICE
84 -- Air National Guard Mobility Items VIII - Sizeable Totals - Delivery Summary/Pricing Schedule
- Notice Date
- 11/19/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423990
— Other Miscellaneous Durable Goods Merchant Wholesalers
- Contracting Office
- Department of the Air Force, Air Combat Command, AMIC CONTRACTING OFFICE, 11817 CANON BLVD, Suite 306, Newport News, Virginia, 23606-4516, United States
- ZIP Code
- 23606-4516
- Solicitation Number
- F2QF080279A001
- Archive Date
- 12/9/2010
- Point of Contact
- Hatasha T. Hanley, Phone: 7572257763, Patricia MadoreBooth, Phone: 757-225-6040
- E-Mail Address
-
hatasha.gibson@langley.af.mil, patricia.madorebooth@langley.af.mil
(hatasha.gibson@langley.af.mil, patricia.madorebooth@langley.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Delivery Locations and Pricing Schedule to use for Submitting Quotes Has all sizes, quantities per unit and totals for units. COMBINED SYNOPSIS/SOLICITATION 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. It is the government's intention to award this requirement using FAR Subpart 13.5 procedures. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ). The solicitation document, incorporated provision and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-46, effective 29 October 2010. All responsible sources may submit a quotation which shall be considered. Prospective offerors must be CCR registered and must complete the ORCA on-line representation or provide a copy of their representation and certification as required by FAR Clause 52.212-3. The North American Industry Classification System (NAICS) code is 423990. 1. Description: The required items are as listed on the attached spreadsheets with individual nomenclature, part numbers/NSN, and quantities. The Government requests brand name or equal. If providing an or "equal" item, the quote must state that the item is an or "equal" and must be accompanied with descriptive literature and/or specifications including manufacturer name and part number. Salient characteristics are embedded in the attached spreadsheets. The prospective offeror has the responsibility to ensure that any or "equal" items proposed are bonafide or equals to the items requested. Attachment 1 - Delivery Summary/Pricing Schedule, identifies the delivery location, and total quantities of each item needed. On the Pricing Schedule tab, you are to insert Unit Prices (Column G) as well make sure that Total Prices calculate properly (Column I), including the Lot Totals and Grand Total (Block I87). Prices are to include unit cost and shipping cost, and they are to be submitted based on FOB Destination. Offers submitted on a basis other than FOB Destination will be rejected as nonresponsive. Please pay attention to the delivery locations when quoting your prices. Obtaining additional shipping after award will not be honored. Attachment 2 - Totals Tab identifies the total quantities of each item needed at each delivery location. Each additional Tab shows a breakout of units required for each base. 2. Delivery: 20 December 2010 FOB Destination 3. Addendum to 52.212-1 - Instructions to Offerors - Commercial Items The contractor shall provide a quote that shall include the following: a. Price. All interested offerors must complete the Pricing Schedule tab of Attachment 1. Failure to provide completed pricing for all items will result in your offer being considered unresponsive and will not be further evaluated for award. On the Pricing Schedule tab, you are to insert Unit Prices (Column G), and make sure that Total Prices (Column I), correlate properly and result in appropriate Lot Totals and Grand Total in Block I87. Prices are to include unit cost and shipping cost, and they are to be submitted based on FOB Destination/shipping prices. Please pay attention to the delivery locations when quoting your prices. Offerors must submit a shipment schedule along with quote. The following Provisions and Clauses are applicable: a. 52.211-6 Brand name or Equal (Aug 2009) b. 52.212-1 Instructions to Offerors - Commercial (Jun 2008) c. 52.212-2 Evaluation - Commercial Items (Jan 1999) (a)-evaluation will be based on price and the ability to meet required delivery date d. 52.212-3 Offeror Representations and Certifications (Aug 2009) Please include a completed copy of 52.212-3 or complete at https://orca.bpn.gov/ e. 52.212-4 Contract Terms and Conditions - Commercial Items (Jun 2010) f. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (DEVIATION) (Jul 2010) 1. 52.203-6 Restrictions on Subcontractor Sales to the Government (Sept 2006) 2. 52.222-3 Convict Labor (June 2003) 3. 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jul 2010) 4. 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 5. 52.222-26 Equal Opportunity (Mar 2007) 6. 52.222-35 Equal Opportunity for Veterans (Sep 2010) 7. 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) 8. 52.222-37 Employment Reports on Veterans (Sep 2010) 9. 52.225-1 Buy American Act--Supplies (Feb 2009) g. 52.247-34 F.O.B. Destination (Nov 1991) h. 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) i. 52.252-2 Clauses Incorporated by Reference (Feb 1998) j. 252.212-7000 Offeror Representations and Certifications-Com. Items (Jun 2005) k. 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Com. Items (NOV 2010) 1. 52.203-3 Gratuities (APR 1984) 2. 252.203-7000 Rqmts Relating to Compensation of Former DoD Off. (JAN 2009) 3. 252.225-7012 Preference for Certain Domestic Commodities (JUN 2010) 4. 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (SEP 2004) 5. 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) 6. 252.247-7023 Transportation of Supplies by Sea (MAY 2002) 7. 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) l. 252.232-7010 Levies on Contract Payments (Dec 2006) m. 252.246-7000 Material Inspection and Receiving Report (Mar 2008) 5352.201-9101 OMBUDSMAN (APR 2010) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, Mr. Eric Thaxton, 129 Andrews St. Suite 136, Langley AFB, VA 23665-2769, phone number (757) 764-5371, facsimile number (757) 764-4400, Email address: eric.thaxton@langley.af.mil.. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA 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. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. 4. Commercial Warranty applies: Please state the commercial warranty terms within your quote along with identifying any additional warranty information that is applicable. 5. GSA or Open Market Please indicate if your quote is open market or on the GSA Schedule (provide specific schedule) Quotes will be accepted via email only. Email hatasha.hanley@langley.af.mil NLT 24 November 2010, 2:30 pm, Eastern Standard Time. Questions regarding this RFQ can be directed to Ms. Hatasha Hanley at the email address mentioned above. Attachments: 1. Delivery Summary/Pricing Schedule 2. Totals and unit detail by base.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/AACCONS/F2QF080279A001/listing.html)
- Place of Performance
- Address: Langley AFB, Virginia, 23185, United States
- Zip Code: 23185
- Zip Code: 23185
- Record
- SN02330899-W 20101121/101119234201-79d373d38f332a88ca69f3f958d3ef30 (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 |