SOLICITATION NOTICE
61 -- Cables for Thermal Control Systems - Attachment #1 - Attachment #2
- Notice Date
- 8/10/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335931
— Current-Carrying Wiring Device Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PKO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- FA8601-12-T-0150
- Archive Date
- 9/4/2012
- Point of Contact
- Laura A. Burnette, Phone: 937-522-4581
- E-Mail Address
-
laura.burnette@wpafb.af.mil
(laura.burnette@wpafb.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- DFARS 252.209-7999 DFARS 252.209-7998 CABLES FOR THERMAL CONTROL SYSTEMS This is a combined synopsis/solicitation for commercial items and services prepared in accordance with the format in Federal Acquisition Regulation (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 (SF1449) will not be issued. The solicitation number for this requirement is FA8601-12-T-0150 and is hereby issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60, Effective 26 July 2012. This acquisition is going to be set-aside for 100% Small Business under North American Industry Classification System Code 335931 "Current-Carrying Wiring Device Manufacturing", size standard 500 Employees. For a better understanding of this qualification, please visit the small business website at http://www.sba.gov. Requirement The U.S. Air Force requires 2,000 feet of DLO cable and 10,000 feet of THHN cable for wiring of thermal control systems. This RFQ has two (2) Contract Line Item Numbers: CLIN 0001: Description: Diesel Locomotive Cable. Quantity - 1. Unit of Issue - Lump Sum. To provide 2,000 feet of DLO cable in the 535 size. Specifications for Diesel Locomotive Cable: • Copper stranded wire • 535 awg cable • Rubber insulation and Clorinated Polyethelene jacketing • Minimum of 1000' per length supplied • Meets aar spec 951 CLIN 0002: Description: THHN Stranded Cable. Quantity - 1. Unit of Issue - Lump Sum. To provide 10,000 feet of THHN cable in the 3/0 size. Specifications for THHN Stranded Cable: • Copper stranded wire • 3/0 or 0000 • PVC insulation and Nylon jacketing • Minimum of 1000' per length supplied • Meets UL standards 83 and 1063 Instructions to Offerors The RFQ needs to adhere to FAR provision 52.212-1 "Instructions to Offerors - Commercial", including submission of: 1. A Quotation 2. Technical description of the items/services being offered in sufficient detail for the government to evaluate compliance with the requirements in this solicitation. This may include product literature or other documents. 3. Either a completed copy of the entire Representations and Certifications at FAR 52.212-3 or a completed copy of paragraph (b) at FAR 52.212-3 if the Offeror has already completed the Representations & Certifications electronically. The Government's preferred method is electronic Representations and Certifications. This can be accomplished by registering in System for Award Management (SAM) at https://sam.gov and completing the on-line Representations and Certifications. 4. A completed copy of DFARS 252.209-7998 and 252.209-7999 (Attachment #1 and Attachment #2) All pricing information needs to be in the quotation sheet and not part of the technical description. The Quotation may be in any format but must include: 1. The solicitation number 2. The proposing company's name, address, and telephone number 3. Price (to include CLIN price, shipping, applicable discounts, and total price) 4. Quote number and quote date 5. Timeframe that the quote is valid 6. Delivery Schedule 7. Tax Identification Number. Evaluation The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the offeror. Before price is considered, the quotation must satisfy the technical requirements specified in this solicitation. Award will be made to the offeror whose quotation provides the best value to the Government price and other factors considered. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT IDENTIFIED IN THE QUOTATION. Contract financing is NOT provided for this acquisition. The Government intends to award one firm fixed price (FFP) contract resulting from this solicitation to the responsible offeror whose quotation conforms to the solicitation and will be most advantageous to the Government. The Government intends to award without discussions and the Government reserves the right not to make an award at all. Important Notice to Contractors: 1. All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. 2. Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil. Provisions/Clauses: It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil. The following provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors - Commercial FAR 52.212-2, Evaluation Factors [the fill in portion of this clause is technical capability and price] FAR 52.212-3, Representations and Certifications The following clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items. The clauses that are check marked as being applicable to this purchase are: - FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards - FAR 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment - FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations - FAR 52.219-6 Alternate 1, 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 52.223-18, Encouraging Contractor Policies 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 DFARS 252.209-7998, Representation Regarding Conviction of a Felony Criminal DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinguent Tax Liability or a Felony Conviction under any Federal Law DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. The clauses that are check marked as being applicable to this purchase are: - DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials - DFARS 252.225-7036 Alternate I, Buy American Act - Free Trade Agreements - Balance of Payments Program - DFARs 252.232-7003 Electronic Submission of Payment Requests DFARS 252.232-7006, Wide Area Work Flow Payment Instructions All Quotations and responses must be received no later than 4:00 PM (EST) on 20 August 2012. Submittal of quotes in response to this RFQ constitutes agreement by the offeror of all terms & conditions contained herein, which will also be the terms & conditions of resulting contract. Please send requested information via email to laura.burnette@wpafb.af.mil or mail to: AFLCMC/PKOAB Attn: Laura Burnette 1940 Allbrook Drive, Rm. #109 WPAFB, OH 45433-5344 If sending by email, please be advised that all correspondence sent via e-mail shall contain a subject line that reads "FA8601-12-T-0150, Cables for Thermal Control Systems". Note that e-mail filters at Wright-Patterson AFB are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe, or.zip files). Therefore, if this subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that.zip or.exe files are not allowable attachments and may be deleted by the e-mail filters at Wright-Patterson AFB. If sending attachments with e-mail, ensure only.PDF,.doc, or.xls documents are sent. The e-mail filter may delete any other form of attachments. Any questions regarding this requirement or RFQ should be directed to Laura Burnette at laura.burnette@wpafb.af.mil or (937)522-4581.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-12-T-0150/listing.html)
- Place of Performance
- Address: WPAFB, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN02834750-W 20120812/120810235834-5f64b33a9935b4bf99fbdac58d08b05f (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 |