SOLICITATION NOTICE
28 -- Deutz Diesel Engine Upgrade Kits - Brand Name J&A
- Notice Date
- 4/10/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333618
— Other Engine Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, 772 ESS/PKH, 139 Barnes Drive, Suite 1, Tyndall Air Force Base, Florida, 32403, United States
- ZIP Code
- 32403
- Solicitation Number
- Engines-F4ATA31364A002
- Archive Date
- 5/29/2012
- Point of Contact
- Michael R. Ferguson, Phone: 8502836553, Jack M. Brown, Phone: 8502836287
- E-Mail Address
-
michael.ferguson@tyndall.af.mil, jack.brown@tyndall.af.mil
(michael.ferguson@tyndall.af.mil, jack.brown@tyndall.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Brand Name J&A 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; quotes are being requested and a written solicitation will not be issued. This solicitation, F4ATA31364A002, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-57. The NAICS code is 333618 and the small business size standard is 1000 employees. The following items are requested in this solicitation; CLIN 0001: Deutz Diesel Engine Kits (Quantity 10 each), assembly consists of the following items: The following kit items are Deutz Brand Name: Qty 1 - Deutz Diesel Tier 4 Engine w/EGR Valve, Rated at 63.7 HP @2600 RPM (P/N: D2011L04i) Qty 1 - Deutz LOFA 24 VDC Control Panel without harness (P/N: EP250KL7) Qty 1 - Power Take-Off Package, HSG Size: 4, Clutch Size: 8S (P/N: 431026AM) The following kit items are Stauffer Diesel Brand Name Qty 1 - Engine Harness (P/N: 998-0033-51) Qty 1 - Exhaust Pipe (P/N: 21998) Qty 1 - Guard Cooler (P/N: 22183) Qty 1 - Throttle Lever Mounting Kit, Speed Control (P/N: 1548) Qty 1 - Truck Valve, Oil Drain (P/N: 57267) Qty 1 - Relay Base, Unsealed P/N: 4127705 Qty 1 - Relay Base, Sealed P/N: 4271983 Qty 1 - Relay Timing (P/N: 4271689) Qty 1 - Relay, Slave (P/N: 4271981) CLIN 0002: Qty 10 each - Parts Manual (P/N: 11192) CLIN 0003: Qty 10 each- Operators/Instruction Manual (P/N: 11193) CLIN 0004: Freight, Shipping cost to Tyndall AFB, FL, 32403 Items should be shipped 30 Days ADC, FOB: Destination for delivery to Tyndall AFB, FL, 32403. The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. Quotes will be evaluated and awarded to the offeror representing the best value for the Government. The provision at FAR 52.204-7 Central Contractor Registration; FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and the offeror must include a completed copy of this provision with their quote or complete them using the Online Representations and Certifications Applications (ORCA) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items; Specifically, the following clauses cited are applicable to this solicitation: FAR 52.219-6 Notice of Total Small Business Set Aside; FAR 52.219-28, Post Award Small Business Program Representation; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-6 Drug-Free Workplace; 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving. The clause at FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-1, Payments; FAR 52.232-8, Discounts for Prompt Payment; FAR 52.232-11, Extras; FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.247-34, F.O.B. Destination; F.O.B. Destination. 52.252-2 Clauses Incorporated By Reference. The clause at DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.223-7004 Drug Free Work Force; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders; DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.225-7002, Qualifying Country Sources As Subcontractors; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; AFFARS 5352.201-9101, Ombudsman; AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODSs); AFFARS 5352.242-9000, Contractor Access to Air Force Installations. The Government reserves the right to award on a multiple award or an all or none basis. All firms must be registered in the Central Contractor Registration database @ www.ccr.gov. Award will be made to the responsible offeror whose quotation is the lowest price that conforms to the line item requirements and the terms and conditions of this solicitation. All quotes must be sent to SSgt Michael Ferguson @: Fax 850-283-6047; e-mail michael.ferguson@tyndall.af.mil and TSgt Jack Brown @: Fax 850-283-6047; e-mail jack.brown@tyndall.af.mil. Quotes are required to be received no later than 1:00 PM CST, Monday, May 14, 2012.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/15cc0650c2f2885ee379e62974608a92)
- Place of Performance
- Address: 139 Barnes Dr., Tyndall AFB, FL, 32403, Tyndall AFB, Florida, 32403, United States
- Zip Code: 32403
- Zip Code: 32403
- Record
- SN02718560-W 20120412/120410235606-15cc0650c2f2885ee379e62974608a92 (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 |