Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2012 FBO #3928
SOLICITATION NOTICE

J -- Winch for Dressta Dozer.

Notice Date
8/24/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811198 — All Other Automotive Repair and Maintenance
 
Contracting Office
193 SOW/MSC, Contracting Office Alley, 79 Mustang Alley, Middletown, PA 17057
 
ZIP Code
17057
 
Solicitation Number
F7AGRC2216A001
 
Response Due
9/7/2012
 
Archive Date
11/6/2012
 
Point of Contact
Natonya R Hill, 7179482362
 
E-Mail Address
193 SOW/MSC
(natonya.hill@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. The Request for Quotation number is F7AGRC2216A001. This solicitation documents and incorporates provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 05-58, dated May 18, 2012. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full at http://farsite.hill.af.mil. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2(a). The NAICS code is 811198 and the small business size standard is $7.0 million. The 193rd Special Operations Wing requests responses from qualified sources capable of providing the following services: CLIN 0001: PTO Winch for TD15 Dressta Dozer. Model# W6G or equal. CLIN 0002: Installation and miscellaneous parts, fittings, etc. required to make the connection to the dozer. Vendor is responsible for supplying all materials and labor to accomplish work. The 193 RSG will be responsible for transporting the dozier to and from vendor location. A site visit has been scheduled for 1100 Eastern Standard Time, Thursday, 30 August 2012. No visits will be permitted after the specified time and date. Please contact Natonya Hill at 717-948-2362 if attending. The following FAR provisions and clauses are applicable to this procurement: 52.212-1 (Jun 2008), Instructions to Offerors - Commercial Items; 52.212-3 and its ALT 1 (Jun 2008), Offeror Representations and Certifications. Certification and Representations shall be submitted via ORCA wesite at http://orca.bpn.gov/publicsearch.aspx Commercial Items; 52.204-7 Central Contractor Registration (Apr 2008), 52.212-4 Contract Terms and Conditions - Commercial Items (Oct 2008), 52.212-5 (Dev), Contract Terms and Conditions required to Implement Statutes or Executive Orders - Commercial Items (Oct 2008). The following clauses are applicable to this solicitation: 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child labor Cooperation with Authorities and Remedies (Feb 2008), 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003), 52.233-3 Protest after award (Aug 1996), 52.233-4 Applicable law for Breach of Contract Claim (Oct 2004), 52.249-1 Termination for convenience of the Government (Fixed Price) (Short Form) (Apr 1984), 52.252-2 Clauses incorporated by reference (Feb 1998) and 52.252-6 Authorized Deviations in Clauses (Apr 1984). Additonal contract terms and conditions applicable to this procurement shall be submitted separately from the quote and 252-212-7001 Contract Terms and conditions required to implement statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items (Apr 2007) (Deviation). 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A (Sep 2007), and 252.243-7001 Pricing of Contract Modifications (Dec 1991). Proposal shall include the pricing for each CLIN listed in this synopsis. All clauses will be incorporated by reference in the order. All quoters must be CCR registered to be considered for award. All quotes shall include price(s), a point of contact, name and phone number, business size, and payment terms. Each response must clearly indicate delivery time frame. Quotes will be evaluated and awarded to the offeror with the lowest price technically acceptable. To be considered by the agency, all quotes must be received by the Contracting Specialist no later than 1400 hours (Eastern Standard Time) on 7 August 2012. All questions shall be sent to the Contracting Specialist, Natonya Hill, at 717-948-2362 or by e-mail natonya.hill@ang.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA36-1/F7AGRC2216A001/listing.html)
 
Place of Performance
Address: 193 RSG Area 15A, Fort Indiantown Gap Annville PA
Zip Code: 17003
 
Record
SN02854006-W 20120826/120824235634-112b65e567bca47d28159d5257d10faf (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.