Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 05, 2012 FBO #3876
SOLICITATION NOTICE

38 -- MIC 240 ULTIMATE BLDG MACHINE

Notice Date
7/3/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
125 FW/MSC, 14300 Fang Drive, Jacksonville, FL 32218-7933
 
ZIP Code
32218-7933
 
Solicitation Number
W911YN-12-T-1000
 
Response Due
8/3/2012
 
Archive Date
10/2/2012
 
Point of Contact
KAREN EDWARDS-BAGGS, 904-741-7440
 
E-Mail Address
125 FW/MSC
(karen.edwardsbaggs@ang.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 Subpart 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. Synopsis: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. The solicitation number is W911YN-12-T-1000 and this solicitation is being issued as a Request for Quote. The Government intends to award a Firm Fixed Price Contract. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 effective 4 Aug 2011 and Defense Acquisition Circular 20110725. This is a 100% set aside for small businesses. The North American Industry Classification System Code is 333120, Size Standard is 750 employees. The contractor shall provide the following: 0001: Qty (1) - M.I.C. Prosoft Software designed exclusively for the use with the Ultimate Building Machine protocol. Proprietary software for structural calculation and design development which performs detailed finite elements analysis, rapid generation or modification of design models and cost estimating capabilities. This software package includes an advance bill of material cost estimating took, 3 dimensional changes virtual geoplot visualization took, which allows the user to see how dimensional changes affect the look of the building instantaneously, integration to Microsoft excel, complete engineering reporting package, and many other features which allows easier use for designing UBM buildings. M.I.C Prosoft will be loaded onto a rugged laptop computer for full functions and flexibility on the UBM building construction site. The Panasonic Toughbook is designed to stand up the most rigorous environment. 0002: Qty (1) - Comprehensive UBM - 240 Parts Package will mitigate loss of production time during extended timeframes of machine operation. The items included in this package are based on both routine expendable parts replacement and the most common corrective repairs. The parts in this package are historically the most common items needing to be replace during extended operation of the machine. 0003: Qty (1) - Cover full, machine, for the UBM-240 0004: Qty (2) - Foundation Form System - To be used with 50' x 100', buildings, the system is uniquely designed to aid in rapid construction of K-Span and super K-Span building structures. 0005: Qty (2) - Automatic panel seaming Machine for UBM 240 machine, 110 Volt 0006: Qty (2) - Safety harness system essential for safe constructions at K-Span and Super K-Span constructions sites 0007: Qty (2) - Portable Generator (5000 watt minimum) FOB Destination - Starke, FL 32091 All items must be delivered not later than 30 November 2012. The following provisions and clauses apply to this acquisition and 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 52.212-2, Evaluation - Commercial Items. Price and delivery will be the deciding factors for the award. 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). The following clauses and provisions apply to this solicitation: FAR 52.204-7, Central Contractor Registration FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6, Protecting the Government's Interests When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment FAR 52.211-6, Brand Name or Equal FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-3, Offeror Representations and Certifications-Commercial Items FAR 52.212-4, Contract Terms and Conditions-Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Mar 2011) FAR 52.219-6, Notice of Total Small Business Set Aside FAR 52.219-28, Post Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration FAR 52.252-1, Solicitation Provisions Incorporated by Reference FAR 52.252-2, Clauses Incorporated by Reference FAR 52.252-6, Authorized Deviations in Clauses DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Execute Orders Applicable to Defense Acquisitions of Commercial Items Program DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.225-7036, Buy American Act - Free Trade Agreements - Balance of Payments Program with Alternate I DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.247-7023 Alt III, Transportation of Supplies by Sea Wide Area Workflow is the mandatory method of electronic invoicing. More information can be found at https://wawf.eb.mil / http://www.wawftraining.com. Offerors may obtain copies of the reference provisions and clauses at: http://farsite.hill.af.mil. All quotes must be formatted according to the line item breakout listed on the attachment. Your quote must include discount terms, delivery date, tax identification number, cage code, and DUNS number. Each quote must include an electronic copy of any system/component warranty documents. Written quotes must be received by 03 August 2012, 1:00 p.m. (EST). Late responses will not be considered. Quotes may be e-mailed to SMSgt Karen Edwards-Baggs, karen.edwardsbaggs@ang.af.mil; fax accepted at (904)741-7443. POC information: Karen Edwards-Baggs 125 FW/MSC 14300 Fang Drive Jacksonville, FL 32218 904-741-7440 Voice 904-741-7443 Fax karen.edwardsbaggs@ang.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA08-1/W911YN-12-T-1000/listing.html)
 
Place of Performance
Address: 125 FW/MSC 14300 Fang Drive, Jacksonville FL
Zip Code: 32218-7933
 
Record
SN02793384-W 20120705/120703235533-7bfcd5690811f56e07d889c570501bb6 (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.