SOLICITATION NOTICE
J -- Service and Repair of KATADYN NORTH AMERICA's MROD 35-LA-1, NSN# 4610-01-313-6086
- Notice Date
- 12/22/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333319
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
- ZIP Code
- 29404-5021
- Solicitation Number
- F1M1G80292A001-1
- Archive Date
- 1/18/2011
- Point of Contact
- William B. Mann, Phone: 8439635160
- E-Mail Address
-
william.mann.12@charleston.af.mil
(william.mann.12@charleston.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- COMBINED SYNOPSIS - SOLICITATION FOR COMMERCIAL ITEMS (IAW FAR 12.603 (c)) (i) 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 requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1M1G80292A001 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-47, Effective 13 Dec 2010. (iv) This acquisition is 100% set-aside for small businesses. The associated NAICS code is 333319 with a 500 employee size standard. (v) Contractors shall submit a lump sum quote CLIN 0001, 30 EA, for Service and Repair of KATADYN's MROD 35-LA-1, NSN# 4610-01-313-6086, (All plant labor, material, parts and equipment necessary to tear down and quote (as required) and/or repair item(s) IAW the manufacturer's specification and/or best commercial practices. All defective parts removed as a result of the repairs required to place this in satisfactory working condition will be returned or left with the repaired item. Service includes salt water flush and pressure test, fresh water flush and biocide dip, rebuild pump as needed: install new hoses and clean unit as needed, visually inspect, repackage and provide return transportation. Units are restored to meet original specs. Service and repair to be provided on a lot schedule. Contract is to run on a fiscal year basis commencing 12 Jan 2011 - 11 Jan 2012). All responsible sources may submit a quotation, which shall be considered. (vi) F1M1G80292A001 Service and Repair of MROD 35-LA-1 for Joint Base Charleston, South Carolina. (vii) Delivery & acceptance instructions, FOB destination. Performance Period is from 12 January 2011 - 11 January 2012. (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors-Commercial (ix) FAR 52.212-2 Evaluation-Commercial Items Evaluation. 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. The following factors shall be used to evaluate offers in the following relative order of importance: 1. Price. 2. Past Performance. Past Performance being significantly more important (x) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications--Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. (xi) The clause at 52.212-4 Contract Terms and Condition-Commercial Items, applies to this acquisition. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUN 2008) (Deviation) are incorporated by reference, however, the following clauses apply; FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. (xiii) The following additional clauses are applicable to this procurement. • FAR 52.211-17 Delivery of Excess Quantities • FAR 52.219-6, Notice of Total Small Business Set-Aside • FAR 52.219-14, Limitations on Subcontracting • FAR 52.219-28, Post Award Small Business Representation • FAR 52.222-50, Combating Trafficking in Persons. • FAR 52.223-15, Energy Efficiency in Energy-Consuming Products • FAR 52.225-13, Restrictions on Certain Foreign Purchases • Unless exempt pursuant to 23.204, insert the clause at 52.223-15, Energy Efficiency in Energy-Consuming Products, in solicitations and contracts when energy-consuming products listed in the ENERGY STAR® Program or FEMP will be-(a) Delivered;(b) Acquired by the contractor for use in performing services at a Federally-controlled facility;(c) Furnished by the contractor for use by the Government; or (d) Specified in the design of a building or work, or incorporated during its construction, renovation, or maintenance. • FAR 52.253-1 -Computer Generated Forms • DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414). • DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate • DFARS 252-225.7001, BAA - Balance of Payments Program • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors • DFARS 252.232-7003, Electronic Submission of Payment Requests • DFARS 252.246-7000, Material Inspection And Receiving Report • AFFARS 5352.223-9001, Health and Safety on Government Installations • AFFARS 5352.242-9000, Contractor Access to Air Force Installations (xiv) Defense Priorities and Allocation System: N/A (xv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 3 Jan 2011 no later than 11:00 AM Eastern Standard Time. Requests should be marked with solicitation number F1M1G80292A001 (xvi) Address questions to Will Mann, Contract Specialist, at (843) 963-5160, fax (843) 963-5183, email william.mann.12@charleston.af.mil or Robert Melton, Contracting Officer, Phone (843) 963-5157, email robert.melton-02@charleston.af.mil. For more opportunities, visit http://www.selltoairforce.org, under LRAE Procurement Forecast and http://www.sba.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/F1M1G80292A001-1/listing.html)
- Place of Performance
- Address: Charleston, South Carolina, 29404, United States
- Zip Code: 29404
- Zip Code: 29404
- Record
- SN02349222-W 20101224/101222234256-3948d9f4bc851030edd44cfe09e65000 (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 |