MODIFICATION
28 -- Fire Truck Engine Replacement
- Notice Date
- 6/15/2011
- Notice Type
- Modification/Amendment
- NAICS
- 333618
— Other Engine Equipment 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
- F1M3T41159A001
- Archive Date
- 7/8/2011
- Point of Contact
- Ashley Alessandrini, Phone: 843-963-4551, Tamara F. Lee, Phone: 843-963-5158
- E-Mail Address
-
ashley.alessandrini@us.af.mil, tamara.lee.4@us.af.mil
(ashley.alessandrini@us.af.mil, tamara.lee.4@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The purpose of this amendment is to change the NAICS code from 811111 to 333618. **************************************************************** (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 F1M3T41159A001 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 2005-52 (iv) This acquisition is 100% set-aside for small businesses. The associated NAICS code is 333618 with a 1,000 employees size standard. (v) Contractors shall submit a lump sum quote to remove existing engine and replace with a new engine. A site visit is not mandatory however; if a site visit is requested please contact the contract administrator, at 843-963-4551 with the names of all who plan to attend. All responsible sources may submit a quote which shall be considered whether they attend the site visit or not. (vi) F1M3T41159A001: The Contractor shall provide labor, materials, and equipment necessary to remove existing engine and replace with a new engine. (See attached statement of work) (vii) Repairs must begin within 3 calendar days of award and be completed within 8 weeks of award. (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.Technical capability of the item offered to meet the Government requirement. 2. Price. The Government will evaluate the total price of the offer for the award purposes. 3. Past Performance. Technical and performance factors, when combined, are approximately equal to cost. (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 https://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 (Deviation) are incorporated by reference, however, the following clauses apply; (mandatory clauses; 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 52.219-6, Notice of Total Small Business Set-Aside • FAR 52.219-28, Post Award Small Business Representation • FAR 52.222-41 Services Contract Act of 1965 and Wage Determination # 2005-2473(Rev 12) • FAR 52.222-42 Statement of Equivalent Rates for Federal Hires • FAR 52.222-44 Fair Labor Standards Act and Service Contract Act - Price Adjustment. • FAR52.222-50, Combating Trafficking in Persons. • FAR 52.225-13, Restrictions on Certain Foreign Purchases • 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 5352.201-9101 Ombudsman (AUG 2005) (IAW 5301-9103), complete paragraph (c) as follows: Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0267, fax (618) 256-6668, e-mail Michael.jackson@scott.af.mil. (xv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 23 June 2011 no later than 12:00 PM Eastern Standard Time. Requests should be marked with solicitation number F1M3T41159A001. (xvi) Address questions to Ashley Alessandrini, Contract Specialist, at (843) 963-4557, fax (843) 963-5183, email: Ashley.Alessandrini@us.af.mil or Tamara Lee, Contracting Officer, Phone (843) 963-5158, email: Tamara.Lee.4@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/F1M3T41159A001/listing.html)
- Place of Performance
- Address: Joint Base Charleston, JB Charleston, South Carolina, 29404, United States
- Zip Code: 29404
- Zip Code: 29404
- Record
- SN02474065-W 20110617/110615235319-509c77f50daff32c25dc7e2df0b1eb29 (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 |