Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2011 FBO #3549
SOLICITATION NOTICE

99 -- Rigging Supplies for Overhead Crane

Notice Date
8/11/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 436th CONS, 639 Atlantic Street, Dover AFB,, Delaware, 19902-5639, United States
 
ZIP Code
19902-5639
 
Solicitation Number
FA4497LIFT
 
Archive Date
8/31/2011
 
Point of Contact
Francis Erik I. Puangco, Phone: 302-677-6722
 
E-Mail Address
francis.puangco@dover.af.mil
(francis.puangco@dover.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 FAR Subparts 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. The solicitation number is FA4497LIFT and this solicitation is being issued as a Request For Quote. The Government intends to award a Firm Fixed Price contract. The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-50 and Defense Acquisition Circular 20110419. This is a 100% set aside to small business. The North American Industry Classification System Code (NAICS) 331210, size standard 1000. The contractor shall provide the following delivered to Dover AFB: 0001: "H" Style Adjustable Lift Beam, 16 Ton (Tandemloc P/N S41000C-1PA) or equal. Load Limit: 16 Ton (1 Each) 0002: Lift Frame, 20/40 FT containers. Load limit of 67,200 lbs (Tandemloc P/N AE24000B-4PA) or euqal (1 Each) 0003: 16 Ton Top Shackle (Tandemloc P/N CRE1019631) or equal (1 Each) 0004: 4.75 Ton Bottom Shackle (Tandemloc P/N CRE1019515) or equal (4 Each) THE ITEMS ABOVE MUST BE DELIVERED TO DOVER AFB, DE IN 30 DAYS OR BY 21 SEPT 2011, WHICHEVER IS SOONER. The following provisions and clauses apply to this acquisition can be viewed through internet access at the Air Force FAR Site, http://farsite.hill.af.mil. In accordance with 52.252-1 and 52.252-2. The provisions at 52.212-1, Instruction to Offerors-Commercial Items. -52.212-1(c), Period for Acceptance of Offers. The paragraph is tailored as follows: "The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers." Addenda to 52.212-1: Proposal Preparation Instructions A. To assure timely and equitable evaluation of the quote, the offeror must follow the instructions contained herein. The quote must be complete, self-sufficient, and respond directly to the requirements of this solicitation. B. The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists no additional cost information will be requested. The provision at 52.212-2, Evaluation - Commercial Items. The Government will award a Firm Fixed Price 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: Price only. The contractor shall fill out the Online Representation and Certification Application (ORCA) at https://orca.bpn.gov/ to include the provisions at 52.212-3, Representation and Certifications-Commercial Items. This contract incorporates one or more clauses 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, IAW FAR 52.107(b). Clause 52.212-4, Contract Terms and Conditions-Commercial Items. Clause 52.212-5, Contract Terms and Conditions Required to implement Statutes Or Executive Orders-Commercial Items. The following FAR Clauses cited in this clause also applies: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards 52.209-6, Protecting the Government's interest when Subcontracting with Contractors Debarred, suspended or proposed for debarnment. 52.219-6, Notice of Total Small Business Set Aside, 52.219-28, Post Award Business Program Representation, 52.222-3, Convict Labor, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-36, Affirmative Action for Workers with Disabilities, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, 52.222-50, Combating Trafficking in Persons, 52.225-13 Restriction on Certain Foreign Purchases 52.223-18, Contractor Policy to Ban Text Messaging While Driving. 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 52.233-3, Protest After Award, 52.233-4 Applicable Law for Breach of Contract Claim. 52.233-4, Applicable Law for Breach of Contract Claim Clause 52.204-7, Central Contractor Registration Clause 52.204-9, Personal Identity Verification of Contractor Personnel Clause 52.209-6 Protecting the Government's Interest when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment. Clause 52.222-22, Previous Contracts and Compliance Reports Provision 52.222-25, Affirmative Action Compliance Clause 52.223-11, Ozone Depleting Substances Provision 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran- Certification Clause 52.242-15. Stop Work order Provision 52.252-1, Solicitation Provisions Incorporated by Reference http://farsite.hill.af.mil/vffara.htm Clause 52.252-2, Clauses Incorporated by Reference http://farsite.hill.af.mil/vffara.htm Clause 252.203-7002, Requirement to Inform Employees of Whistleblower Rights Clause 252.204-7003, Control of Government Personnel Work Product Clause 252.204-7004 Alt A, Central Contractor Registration Provision 252.209-7002, Disclosure of Ownership or Control by a Foreign Government Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following FAR Clauses cited under in the above clause also applies: 252.203-7000, Requirements Relating to Compensation of Former DOD Officials, 252.225-7001, Buy American Act and Balance of Payments Program, 252.232-7003 Electronic Submission of Payment Requests. Provision 252.225-7000, Buy American Act- Balance of Payments Program Certificate Clause 252.225-7002, Qualifying Country Sources as Subcontractors Provision 252.225-7035, Buy American Act - Free Trade Agreements - Balance of Payments Program Certificate Clause 252.225-7036, Buy American Act - Free Trade Agreements - Balance of Payments Program Clause 252.232-7010, Levies on Contract Payments Clause 252.247-7023 Alt III, Transportation of Supplies by Sea Clause 5352.201-9101 Ombudsman. Wide Area Workflow is the Dept. of the Air Force's mandatory method of electronic invoicing. More information can be found at https://wawf.eb.mil. Contractors are encouraged to offer their most advantageous/best quote. The contractor shall submit their quote the by 16 Aug 2011 at 12:00 hrs (12:00 PM) EST to the contracting office by email in order to be considered for this requirement. If you have any questions, please contact the POC below by 12 Aug 2011. POC information: Francis Erik Puangco, TSgt, USAF 302-677-2045 Francis.puangco@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/436CONS/FA4497LIFT/listing.html)
 
Place of Performance
Address: Dover AFB, DE, Dover, Delaware, 19902, United States
Zip Code: 19902
 
Record
SN02531372-W 20110813/110812000235-78c85536d155671a21cbd923f1d551ee (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.