Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2012 FBO #3907
SOLICITATION NOTICE

49 -- Aircraft Wheel Washer & Waste Water Processor - Minimum Specification

Notice Date
8/3/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333319 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), 21st Contracting Squadron, 135 Dover Street, Suite 2225, Peterson AFB, Colorado, 80914-1055, United States
 
ZIP Code
80914-1055
 
Solicitation Number
FA2517-12-T-6057
 
Archive Date
8/25/2012
 
Point of Contact
Wendy Farnsworth, Phone: (719) 556-6411, William T. Ray, Phone: 7195563843
 
E-Mail Address
wendy.farnsworth.1@us.af.mil, william.ray.11@us.af.mil
(wendy.farnsworth.1@us.af.mil, william.ray.11@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Minimum Specifications (i) 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. (ii) This solicitation, FA2517-12-T-6057 is being issued as a request for quotation (RFQ). Quotes must be good for at least 30 calendar days. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60 and are found either in the Federal Acquisition Regulation (FAR); Defense Federal Acquisition Regulation Supplement (DFARS); Air Force Federal Acquisition Regulation Supplement (AFFARS). (iv) This procurement is 100% small business set-aside. The NAICS code is 333319, Other Commercial and Service Industry Machinery. The small business size standard is 500 employees. (v) The required items are being procured as Brand Name or equal. The quantity is 1 each. Below are the part numbers and the descriptions for each item: CLIN 0001 Aircraft Wheel Washer (Electric heat only) with two (2) adjustable wheel adaptors to fit C-130 Main landing gear / Nose landing gear StingRay 4036 or equal CLIN 0002 Waste Water Processor StingRay (P/N #EQ1) or equal CLIN 0003 Contractor shall be required to conduct in person start-up training, operational demonstration and commissioning for both the Aircraft Parts Washer & the Waste Water Processor Room Limitations for Aircraft Parts Washer & Waste Water Processor: • Aircraft Parts Washer & Waste Water Processor will be located in the same room. Room dimensions: 17' x 11' x 8'H • Aircraft Wheel/Parts Washer foot print not to exceed the following dimensions: 9'W x 10'D x 7'H • Waste Waster Processor (EQ1) foot print not to exceed the following dimensions: 6'W x 5'D x 6.5'H • Regarding delivery, Aircraft Parts washer must fit through entry door: Door dimensions: 7'H x 7'W Additional Requirements: • Contractor shall be required to supervise and direct positioning and leveling of Aircraft Parts Washer & Waste Water Processor • Contractor shall connect all required electrical and water lines from Government provided sources to Aircraft Parts Washer & Waste Water Processor (vi) Vendor is required to provide the following information with their quote. If information is not received Vendor's quote will be considered non-responsive: • Item information: Description of item, manufacturers part number, warranty and pricing information • Vendor information: DUNS number, Cage Code, tax ID, terms and conditions A single award will be made as a result of evaluation of quotes received. The Government will award a Firm Fixed Price (FFP) contract. Advance payments are not authorized. (vii) The commercial items being requested shall be priced as FOB destination to 450 West Hamilton St., Ste 171, Bldg. 214, Room 143, Peterson AFB, CO 80914-2353. Delivery terms: Maximum 15 weeks After Receipt of Order (ARO). (viii) The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items (FEB 2012), applies to this acquisition. All companies must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. Vendor to provide a list of specifications for all items submitted. (ix) The provision at FAR 52.212-2, Evaluation--Commercial Items (JAN 1999), applies to this acquisition. 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: • Technical acceptability. "Equal" products must meet Government minimum specifications (See attachment #1) • Price (x) The provision at FAR 52.212-3, Alt 1 Offeror Representations and Certification--Commercial Items (APR 2011), applies to this acquisition. All vendors must be registered in On-line Representations and certifications (ORCA) (https://orca.bpn.gov) at the time of Quote submittal. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2012), applies to the acquisition. (xii) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (MAR 2012) (DEVIATION) applies to this acquisition. (xiii) The following additional FAR clauses and provisions apply to this acquisition: 1. FAR 52.204-7, Central Contractor Registration (FEB 2012) 2. FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontracting Awards (FEB 2012) 3. FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) 4. FAR 52.211-6, Brand Name or Equal (AUG 1999) 5. FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JAN 2011) 6. FAR 52.219-6, Notice of Total Small Business Set-Aside (NOV2011) 7. FAR 52.219-28, Post-Award Small Business Program Representation (APR 2012) 8. FAR 52.222-3, Convict Labor (JUN 2003) 9. FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (MAR 2012) 10. FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999) 11. FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2010) 12. FAR 52.223-18, Contractor Policy to Ban Text Messaging while Driving (AUG 2011) 13. FAR 52.225-13, Restriction on Certain Foreign Purchases (JUN 2008) 14. FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran - Representation and Certification (NOV 2011) 15. FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration (OCT 2003) 16. FAR 52.233-3, Protest After Award (AUG 1996) 17. FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 18. FAR 52.246-1, Contractor Inspection Requirements (APR 1984) 19. FAR 52.247-34, F.O.B. Destination (Nov 1991) 20. FAR 52.252-2, Clauses Incorporated by Reference (FEB 1998) The full text of a solicitation provision or a clause may be accessed electronically at this address: http://farsite.hill.af.mil The following DFARS Clauses are applicable to this solicitation: 1. DFARS 252.203-7000 Requirement Relating to Compensation of Former DOD Officials (SEP 2011) 2. DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (JAN 2009) 3. DFARS 252.203-7005 Representation Relating to Compensation of Former DOD Officials (NOV 2011) 4. DFARS 252.204-7003, Control of Government Personnel Work Product (APR 1992) 5. DFARS 252.204-7004 Alt A, Central Contractor Registration (SEP 2007) 6. DFARS 252.204-7008, Export Controlled Items (APR 2010) 7. DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (DEC 2011) 8. DFARS 252.211-7003, Item Identification and Valuation (JUN 2011) Contract Line Item number: CLIN 0001 & CLIN 0002 9. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisition of Commercial Items (APR 2012) 10. DFARS 252.225-7002, Qualifying Country Sources as Subcontractors (APR 2003) 11. DFARS 252.225-7035, Buy American Act - Free Trade Agreements - Balance of Payments Program Certificate (DEC 2010) 12. DFARS 252.225-7036, Buy American Act - Free Trade Agreements - Balance of Payments Program (MAY 2012) 13. DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) 14. DFARS 252.232-7010, Levies on Contract Payments (DEC 2006) The following AFFARS clause is applicable to this solicitation: 1. AFFARS 5352.201-9101 Ombudsman (APR 2010). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, A7K, 150 Vandenberg St. STE 1105, Peterson AFB, CO 80914-4350, 719-554-5250, FAX 719-554-5299, a7K.wf@us.af.mil. 2. AFFARS 5352.242-9000 Contractor Access to Air Force Installations (AUG 2007). (b) When reporting to the registration office, the authorized contractor individual(s) should provide current vehicle registration, valid vehicle insurance certificate, and Full name, US citizenship status, DOB, SSAN, valid driver's license number and state to obtain a vehicle pass. (xiv) The Defense Priorities and Allocation Systems (DPAS) does not apply to this request for quote. (xv) Responses to this solicitation must be submitted no later than 10:00 AM, MST on 10 Aug 2012. (xvi) All questions regarding this solicitation must be submitted by 10:00 AM, MST on 7 Aug 2012. Submit your quote and any questions to Ms. Farnsworth, email address: Wendy.Farnsworth.1@us.af.mil with a courtesy copy to 21cons.lgcba@us.af.mil. ATTACHMENTS: 1. Minimum Specifications
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/FA2517-12-T-6057/listing.html)
 
Place of Performance
Address: 450 West Hamilton St., Ste 170, Bldg 214, Rm #143, Peterson AFB, Colorado, 80914, United States
Zip Code: 80914
 
Record
SN02825956-W 20120805/120803234753-bbe3d1c0788ddcf60b1e98b496e46185 (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.