Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2012 FBO #3940
SOLICITATION NOTICE

42 -- Ground Based Flashover Unit - Specs

Notice Date
9/5/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC/PKO (Eglin AFB), 308 W D Avenue, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
F1T2AS2213A001
 
Archive Date
9/27/2012
 
Point of Contact
Joshua, Phone: 850-882-0294, Lesa A. White, Phone: 8508820206
 
E-Mail Address
joshua.jordan@eglin.af.mil, lesa.white@eglin.af.mil
(joshua.jordan@eglin.af.mil, lesa.white@eglin.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Specs of Flashover Unit AFTC PZI/PZIOA at Eglin AFB, Florida intends to solicit and award a firm-fixed price contract for a Ground Based Flashover Unit. This is a solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. The announcement number is F1T2AS2213A001. The North American Industry Classification System (NAICS) code for this acquisition is 332311 with a small-business size standard of 500 employees. This is a 100% small business set aside. CLIN 0001- (1 EA) Ground Based Flashover Unit (See Attached Specs) Delivery to be include in CLIN price. The following clauses and provisions apply to this solicitation (available from http://farsite.hill.af.mil The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-58. The following clauses/provisions are applicable: FAR 52.204-99 DEV System for Award Management Registration (August 2012) (DEVIATION),52.212-1, Instructions to Offers-Commercial Item and any addenda to the provisions; 52.212-2, Evaluation-Commercial Items: Evaluation will be based on the following factors: Lowest Price Technically Acceptable: technical (capability of item offered to meet the government's needs) and price; 52-212-3 Offeror Representations and Certifications- Commercial Items (Offerors must submit a complete copy with their offers or certification that these have been completed online via Online Representations and Certifications Application [ORCA] at https://orca.bpn.gov); 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, incorporating the following: • 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards • 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; • 52.219-6, Notice of Total Small Business Set-Aside; • 52.219-28, Post-Award Small Business Program Rerepresentation; • 52.222-3, Convict Labor; • 52.222-19, Child Labor - Cooperation With Authorities and Remedies; • 52.222-21, Prohibition of Segregated Facilities; • 52.222-26, Equal Opportunity; • 52.222-36, Affirmative Action for Workers With Disabilities; • 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; • 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.223-11 Ozone-Depleting Substances; 52.247-34 FOB Destination; 52.252-1 Provisions Incorporated by Reference & 52.252-2 Clauses Incorporated by Reference (this contract will incorporate one or more provisions/clauses by reference, with the same force and effect as if they were given in full text. The full text of a provision/clause may be accessed electronically at this website: http://farsite.hill.af.mil); DFARS 252.204-7003, Control of Government Personnel Work Product; 252.204-7004, Alternate A, Central Contractor Registration; 252.211-7003 Item Identification and Validation; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, incorporating the following: • 252.225-7001, Buy American Act and Balance of Payments Program; • 252.232-7003, Electronic Submission of Payment Report; • 252.247-7023 Transportation of supplies by Sea, with Alt III; 52.247-34, F.O.B Destination, (11/91); DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 05); DFARS 252.225-7001 Buy American Act and Balance of Payment Program (JUN 05); DFARS 252.225-7002 Qualifying Country Sources as Subcontractors (APR 03); DFARS 252-232.7003, Electronic Submission of Payment Report (JAN 04); DFARS 252.247-7023 Transportation of Supplies by Sea (MAY 02); DFARS 252.247-7023 Transportation of supplies by Sea, with Alt III (MAY 02). DFARS 252.211-7003 Item Identification and valuation; AFFARS 5352.201-9101 Ombudsman; H-850 WIDE AREA WORK FLOW DODAAC AND EMAIL DISTRIBUTION TABLE SF 1449 THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR INVOICES AND ADDITIONAL EMAILS CORRECTLY THROUGH WAWF. Invoice Type: INVOICE AND RECEIVING REPORT (COMBO) *Contract Number: TBD *Delivery Order: TBD *Issue Date: TBD *Issue DODAAC: FA2823 *Admin DODAAC: FA2823 Inspected By DODAAC/Ext: *Ship To Code/Ext: F1T0EB Ship From Code: F1T0EB *Pay DODAAC: F03000 Payments may be expedited electronically via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF Training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. Vendors must be registered in System for Award Management (www.sam.gov) before award can be made. The quote is at the discretion of the offeror. Send all packages NLT 12 Sep 2012 at 1:00PM CST via email to Joshua Jordan at joshua.jordan@eglin.af.mil or Todd Barlow at todd.barlow@eglin.af.mil. Please review attached Specifications
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/96thContractingSquadronEglin/F1T2AS2213A001/listing.html)
 
Place of Performance
Address: Pickup up From Eglin AFB FL, Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN02869784-W 20120907/120906002909-761007d10f71eec58aa299faab248ba7 (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.