Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 02, 2012 FBO #3843
MODIFICATION

79 -- Broom Assist Head (BAH) Hydraulic Upgrade - Questions and Answers - 31 May 2012

Notice Date
5/31/2012
 
Notice Type
Modification/Amendment
 
NAICS
336120 — Heavy Duty Truck Manufacturing
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 3 CONS - Elmendorf, 10480 22nd Street, Elmendorf AFB, Alaska, 99506-2500
 
ZIP Code
99506-2500
 
Solicitation Number
F1W3FA2086A001
 
Archive Date
6/21/2012
 
Point of Contact
Crystal L Champion, Phone: 907-552-0194
 
E-Mail Address
crystal.champion@elmendorf.af.mil
(crystal.champion@elmendorf.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Questions and Answers - 31 May 2012 Combined Synopsis/Solicitation (i) This is a combined solicitation for a commercial product; prepared in accordance with the format in FAR subpart 12.6 for evaluation and solicitation for commercial items- 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. (ii) Solicitation Number F1W3FA2086A001 is issued as a request for quotation (RFQ). (iii) The solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58. The DFARS provisions and clauses are those in effect to DCN 20120420 effective 20 April 2012. (iv) The applicable NAICS code is 336120, Heavy Duty Truck Manufacturing, with a size limitation standard of 1,000 employees. This is a Total Small Business Set-Aside. (v) Broom Assisted Heads. The following parts are required: CLIN 0001: P/N 506762 600 BAH Pick up Head Sub-Assembly Quantity: 2 Each CLIN 0002: P/N 5016546 Hose 1-1/2 x 22" Hydraulic Quantity: 2 Each CLIN 0003: P/N 12710 Spin-on Filter Head Quantity: 2 Each CLIN 0004: P/N 20735 Fitting 3/4" NPT- 3/4" JIC Quantity: 2 Each CLIN 0005: P/N 20738 Fitting 3/4" NPT Male Run Tee Quantity: 2 Each CLIN 0006: P/N 20739 Fitting 3/4" NPT 1/2" JIC 90 DEG Quantity: 2 Each CLIN 0007: P/N 5010080 Element Filter Hydraulic Quantity: 2 Each CLIN 0008: P/N 800272 Hose Assy 1/2" X 48" Hi Temp Quantity: 2 Each CLIN 0009: P/N 30786 Fitting 1/2" JIC X 1/2" Boss 45 Deg el Quantity: 2 Each CLIN 0010: P/N 502605 Hose Assy 1/2" X 106" Hydraulic Blue Quantity: 2 Each CLIN 0011: P/N 503412 Hose Assy 1/2" X 78" Hydraulic Blus Quantity: 2 Each CLIN 0012: 504561 Hose Assy 1/2" X 54" Hydraulic Blue Quantity: 2 Each CLIN 0013: P/N 10104 Screw 5/16-18 X 3/4 HWH TRS Quantity: 4 Each CLIN 0014: P/N 503146 Hose Assy 1/4" X 50" Hydraulic Quantity: 4 Each CLIN 0015: P/N 10786 Fitting 1/2" Boss 1/2" JIC Straight Quantity: 4 Each CLIN 0016: P/N 504212 Hose Assy 1/2" X 41" Hydraulic Blue Quantity: 2 Each CLIN 0017: P/N 504213 Hose Assy 1/2" X 44" Hydraulic Blue Quantity: 2 Each CLIN 0018: P/N 507100 Pressure Switch Quantity: 2 Each CLIN 0019: P/N 10767 Fitting 1/4" PF TEE Quantity: 2 Each CLIN 0020: P/N 10130 Bolt 3/8-16 X 1-1/2 HHCS Gd5 Quantity: 4 Each CLIN 0021: P/N 10307 Washer 3/8" Flat Quantity: 8 Each CLIN 0022: P/N 5015303 FM3 Mount Bracket Quantity: 2 Each CLIN 0023: P/N 10225 Nut 3/8-16 Top Lock Quantity: 4 Each CLIN 0024: P/N 10205 Nut 5/16-18 Hex Quantity: 4 Each CLIN 0025: P/N 10306 Washer 5/16" Lock Quantity: 4 Each CLIN 0026: P/N 505211 Control Valve-Relief/Flow Quantity: 2 Each CLIN 0027: P/N 10122 Bolt 5/16-18 X 3 HHCS Gd5 Quantity: 4 Each CLIN 0028: P/N 503171 Hose Assy 1/2" X 25" Hydraulic Quantity: 2 Each CLIN 0029: P/N 30713 Fitting Suction V2010 Pump Quantity: 2 Each CLIN 0030: P/N 5013711 Gasket Hydraulic Pump Quantity: 2 Each CLIN 0031: P/N 503008 Hydraulic Pump Tandam V2010F Quantity: 2 Each CLIN 0032: P/N 504563 Hose Assy 1/2" X 48" Hydraulic Blue Quantity: 2 Each CLIN 0033: P/N 504305 BAH Control Valve Sub Assy Quantity: 2 Each CLIN 0034: P/N 503843 Switch BAH Quantity: 2 Each CLIN 0035: P/N 503992 Pilot Lamp Assy Quantity: 2 Each CLIN 0036: Shipping FOB Destination to JBER, AK 99506 (vi) Please see Attachments 1 - 9 for detailed diagrams of descriptions. (vii) All items will be delivered 30 days ADC, FOB Destination, to the following: F1W3FA - 773d CES/CEOH 9361 JOHNSON JBER, AK 99506 TEL: 907-552-3040 (viii) The following applies to this acquisition: FAR 52.212-1 Instructions to Offerors - Commercial Items (Feb 2012). Addenda to provision 52.212-1: Paragraph (b)(10) does not apply. Paragraph (c), offeror agrees to hold prices valid for a period of sixty (60) days. (ix) The following applies to this acquisition: 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) 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: 1. Technical Acceptability 2. Price This will be a lowest price technically acceptable purchase. a. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. b. Award will be made to the offeror whose offer is conforming to the solicitation and is determined to be the most advantageous to the Government. Price and other factors will be considered. The Government intends to evaluate offers and award without discussion. Offeror shall submit all information with offer as required in FAR 52.212-1. Offerors may obtain copies of the reference provisions and clauses at: http://farsite.hill.af.mil/vffara.htm. c. All responsible Contractors shall provide a quote in accordance to the specifications stated in this document. Transportation shall be FOB Destination and be included in the quote. Contractor shall submit their quote on company letterhead, Name, Address, Telephone Number of the Offeror, Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA/VA/Government Contract No. (if applicable), Date offer expires, Terms of any Express Warranty, Unit Price, and overall Total Price. (x) The following applies to this acquisition: FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (Mar 2012). (xi) The following applies to this acquisition: FAR 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2012) (xii) The following applies to this acquisition: FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Orders - Commercial Items (May 2011). In addition, the following clauses apply: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (May 2012) FAR 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) FAR 52.219-28 Post-Award Small Business Program Representation (Apr 2012) FAR 52.222-3 Convict Labor (Jun 2003) FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Mar 2012) FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26 -- Equal Opportunity (Mar 2007) FAR 52.222-36 -- Affirmative Action for Workers with Disabilities (Oct 2010) FAR 52.222-50 -- Combating Trafficking in Persons (Feb 2009) FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Aug 2011) FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.233-3 Protest after Award (Aug 1996) FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) FAR 52.247-64 -- Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Jan 2012) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2012) DFARS 252.225-7036 Buy American Act-Free Trade Agreements-Balance of Payments Program (Oct 2011) DFARS 252.225-7036 Alt II Buy American Act-Free Trade Agreements--Balance of Payments Program (Oct 2011) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) DFARS 252.232-7010 Levies on Contract Payments (Dec 2006) DFARS 252.247-7023 Transportation of Supplies by Sea (May 2002) (xiii) N/A (xiv) N/A (xv) Interested companies that meet the requirements stated above should submit a quote. Quotations for this notice shall be received by 06 June 2012 at 1:00PM Alaska Standard Time (5:00 p.m. EST). All responsible sources may submit a written proposal, which shall be considered. (xvi) All proposals must be faxed, mailed or emailed to: POC; 2d Lt Crystal Champion, 10480 22nd Street, Suite 240, Joint Base Elmendorf-Richardson, AK 99506, Fax (907) 552-7497, crystal.champion@elmendorf.af.mil. Email any questions no later than 48 hours prior to solicitation due date. Attachments: 1. Tymco BAH Assembly Diagram Overview 2. Tymco BAH Assembly Diagram Detailed 3. BAH Hydraulic System Single Tilt Diagram 4. BAH Control Valve Assembly 5. BAH Control Panel Assembly 6. BAH Switch Illumination Wiring Diagram
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/F1W3FA2086A001/listing.html)
 
Place of Performance
Address: F1W3FA – 773d CES/CEOH, 9361 JOHNSON, JBER, Alaska, 99506, United States
Zip Code: 99506
 
Record
SN02761898-W 20120602/120531234948-021bdf6f40122242310970fde06eb178 (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.