Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 25, 2012 FBO #3896
SOLICITATION NOTICE

73 -- Combi Oven Steamer Electric

Notice Date
7/23/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333319 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB, Florida, 32403-5526
 
ZIP Code
32403-5526
 
Solicitation Number
F4A3782160A001
 
Archive Date
8/16/2012
 
Point of Contact
Andre D, Bonifacio, Phone: 8502834237, Quinton M. Mitchell, Phone: 8502834135
 
E-Mail Address
andre.bonifacio@tyndall.af.mil, quinton.mitchell@tyndall.af.mil
(andre.bonifacio@tyndall.af.mil, quinton.mitchell@tyndall.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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation reference number F4A3782160A001 is issued as a Request For Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58. This acquisition is 100% set aside for small businesses under North American Industry Classification System (NAICS) code 333319. The small business size standard is 500 employees. A firm-fixed price purchase order will be awarded. This RFQ consists of the following Contract Line Item Number (CLIN): CLIN 0001: Quantity 2 Each, Cleveland Convotherm OES-10.20 Combi Oven Steamer Electric (Or Equal) comprising of the following: Unit Dimensions must be: Width - 52.26" Depth - 43.24" Height - 45.68" Must have the following Pan Capacities: Unit has 11 slide rails at 2.64" (67mm) apart: 11 (20"x26") full size wire racks 11 (18"x26") full size sheet pans - on wire racks 22 (13"x18") half size sheet pans - on wire racks 20 (12"x20"x2 ½") steam table pans 22 (12"x20"x1") steam table pans 20 (12"x20") frying baskets - (no wire racks needed) Must have the following Required Clearances: Rear - 2" Left side - 4" Right side - 2 ½" ***If submitting an "Or Equal" item, offerors shall submit documentation demonstrating the "equal" meets all the attached specifications and submit all applicable literature with their quote. See FAR Clause 52.211-6 requirements regarding "Brand Name or Equal." All quotes must reflect FOB Destination.*** EVALUATION FACTORS: In accordance with FAR 52.212-2, Evaluation-Commercial Items, the Government intends to 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 factor(s) considered. The following factors shall be used to evaluate offers: 1. Technical Capability: The offeror's proposals will be evaluated against the attached specifications on a pass/fail basis. 2. Price: The lowest price will will be considered for award upon confirmation of technical capability. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. The following FAR/DFARS/AFFARS provisions/clauses apply to this acquisition: FAR 52.203 - Gratuities FAR 52.203-6 Alt I - Restrictions on Subcontractor Sales to the Government FAR 52.204-4 - Printed or Copied Double-Sided on Recycled Paper FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6 - Protecting the Gov'ts Interests when Sub 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 52.212-2 - Evaluation-Commercial Items FAR 52.212-3 Alt I - Offeror Representations & Certifications-Commercial Items FAR 52.212-4 - Contract Terms and Conditions-Commercial Items FAR 52.212-5 Deviation - Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items FAR 52.219-1 Alt I - Small Business Program Representations FAR 52.219-6 - Notice of Total Small Business Set-Aside FAR 52.219-8 - Utilization of Small Business Concern FAR 52.219-14 - Limitations on Subcontracting 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 52.222-22 - Previous Contracts and Compliance Reports FAR 52.222-26 - Equal Opportunity FAR 52.222-35 - Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 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 52.222-40 - Notification of Employee Rights Under the National Labor Relations Act FAR 52.222-50 - Combat Trafficking 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-CCR FAR 52.233-2 - Service of Protest FAR 52.233-3 - Protest After Award FAR 52.233-4 - Applicable Law for Breach of Contract Claim FAR 52.246-16 - Responsibility for Supplies FAR 52.247-34 - F.O.B. Destination FAR 52.252-1 - Solicitation Provisions Incorporated by Reference (http://farsite.hill.af.mil) FAR 52.252-2 - Clauses Incorporated by Reference (http://farsite.hill.af.mil) FAR 52.252-5 - Authorized Deviations in Provisions ("Defense Federal Acquisition Regulation Supplement" and "Chapter 2") FAR 52.252-6 - Authorized Deviations in Clauses ("Defense Federal Acquisition Regulation Supplement" and "Chapter 2")DFAR 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials DFAR 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights DFAR 252.204-7008 - Export-Controlled Items DFAR 252.209-7001 - Disclosure of Ownership or Control by Gov't of Terrorist Country DFAR 252.211-7003 - Item Identification and Valuation DFAR 252.212-7000 - Offeror representations and certifications - Commercial items DFAR 252.212-7001 Deviation - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFAR 252.225-7000 - Buy American Act-Balance of Payments Program Certificate DFAR 252.225-7001 - Buy American Act And Balance of Payments Program DFAR 252.225-7002 - Qualifying Country Sources As Subcontractors DFAR 252.225-7012 - Preference For Certain Domestic Commodities DFAR 252.225-7021 - Trade Agreements DFAR 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports DFAR 252.232-7010 - Levies on Contract Payments DFAR 252.247-7022 - Representation of Extent of Transportation by Sea DFAR 252.247-7023 - Transportation of Supplies by Sea AFFAR 5352.201-9101 - Ombudsman Offerors shall complete a copy of the Online Offeror Representations and Certifications Application. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION (CCR) BEFORE BEING CONSIDERED FOR AWARD. Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. Interested parties must include, with their quote, their CAGE code, tax identification number (TIN), and delivery date. Shipping terms will be F.O.B. Destination, Tyndall AFB, FL with inspection and acceptance at destination.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/TynAFBCS/F4A3782160A001/listing.html)
 
Place of Performance
Address: Tyndall AFB, FL, Tyndall AFB, Florida, 32403, United States
Zip Code: 32403
 
Record
SN02811720-W 20120725/120723235228-14658aa850efc86c1d0a84754cfca847 (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.