Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2012 FBO #3952
MODIFICATION

54 -- Dome/Tent Structure Replacement Parts

Notice Date
9/17/2012
 
Notice Type
Modification/Amendment
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Department of the Air Force, US Central Command Air Force/A4-LGCP, A7K (Shaw), 524 Shaw Drive, Suite 231, Shaw AFB, South Carolina, 29152, United States
 
ZIP Code
29152
 
Solicitation Number
FA4889-12-Q-0042
 
Archive Date
10/9/2012
 
Point of Contact
TSgt Kelly E. Franklin, Phone: 8038858822, TSgt Trevor Shaw, Phone: 803-885-8823
 
E-Mail Address
kelly.franklin@arcent.army.mil, trevor.shaw@arcent.army.mil
(kelly.franklin@arcent.army.mil, trevor.shaw@arcent.army.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 within this notice. This announcement constitutes the only solicitation; information is being requested and a written solicitation will not be issued. The reference number for this procurement is FA4889-12-Q-0042 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-56. The associated North American Industrial Classification System (NAICS) code for this procurement is 332311 with a small business size of 500 employees. This acquisition is a 100% Small Business Set-Aside. All responsible contractors shall provide a quote for the following: Description: Dome Shelter replacement parts to repair large fabric shelter structures at the 380th ECES Squadron, Al Dhafra AB, UAE. This is a Brand Name or Equal solicitation. The following line items are applicable to this solicitation: CLIN 0001 Winch Cable, ½" diameter, stainless, minimum nominal breaking strength of 11.4 Ton, Mfg. Universal Fabric Structures, Part # 7778 or Equal, Qty 10 Ea CLIN 0002 Trolly, multi-component, overall gross dimensions of 10" x 3 ½" x 8 ¾", Mfg. Universal Fabric Structures, Part # 7767A or Equal, Qty 120 Ea CLIN 0003 Spacers, round stock drilled to accept winch cable. Keeps the bottom trolley from fouling on the cable termination during operation of the door, Mfg. Universal Fabric Structures, Part # 5291A or Equal, Qty 10 Ea Shipping and Delivery: Shipping costs (FOB Destination) shall be included and date of delivery shall be 30 days ARO. Place of delivery for acceptance is: TSGT ANDRE CASIANO, 380 ECONS/LGCC, 380 ELRS ACCRSS LGRD BLDG 402, AL DHAFRA AB, UNITED ARAB EMIRATES The following FAR clauses and provisions are in this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items; Evaluation/Award: IAW FAR 52.212-2, Evaluation-Commercial items applies to this acquisition. The Government will award a single contract resulting from this solicitation to the responsive responsible offeror whose quote conforms to the solicitation and will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate quotes: Price and delivery. The following clauses are hereby incorporated by reference. The full text of provision and clauses are located at http://farsite.hill.af.mil/: FAR 52.204-7 Central Contractor Registration, FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations, FAR 52.212-1, Instruction to Offerors - Commercial Items, FAR 52.212-4, Terms Contract and Conditions - Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, FAR 52.212-5 (Deviation), Class Deviation- 2009-O0005 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (MAY 2011), FAR 52.219-6, Notice of Total Small Business Set-Aside, FAR 52.219-28, Post Award Small Business Program Representation, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-35, Equal Opportunity for Veterans, FAR 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C 793), FAR 52.222-37, Employment Reports on Veterans, FAR 52.222-50, Combating Trafficking in Persons, 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, FAR 52.233-1 Disputes, FAR 52.233-3, Protest After Award, FAR 52.233-4, Applicable Law for Breach of Contract Claim, FAR 52.247-64 Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241) Alternate II, FAR 52.252-2 Clauses Incorporated by Reference, DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, DFARS 252.203-7005, Representation Relating to Copensation of Former DoD Officials, DFARS 252.204-7004 Alternate A, Central Contractor Registration, DFARS 252.204-7008 Export-Controlled Items, DFARS 252.212-7001 Contract Terms and conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, DFARS 252.232-7010 Levies on Contract Payments, DFARS 252.247-7023 Transportation of Supplies by Sea Alt III, 5352.201-9101 Ombudsman follows: Lt Col Kristian S. Ellingsen,129 Andrews Street, Langley AFB, VA 23665, Phone Number: 757-764-5372, Fax: 757-764-4400,E-mail: kristian.ellingsen@langley.af.mil. 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. 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. Offerors shall include completed copy of the Online Offeror Representations and Certification Application. Quotations must be received by Monday, Sep 24, 2012 -9:00 AM Eastern Standard Time. Quotations shall be submitted to: AFCENT A7K/Reachback Cell, Attn: TSgt Kelly E. Franklin, via e-mail to kelly.franklin@arcent.army.mil. Please Cc: trevor.shaw@arcent.army.mil Contracting Office Address: 524 Shaw Dr Suite 235 Shaw AFB, South Carolina 29152-5004 Primary Point of Contact: TSgt Kelly Franklin Contract Specialist kelly.franklin@arcent.army.mil Phone: 803-885-8822 Secondary Point of Contact: TSgt Trevor Shaw Contract Specialist trevor.shaw@arcent.army.mil Phone: 803-885-8823
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8d3244cedd7cb799aab2a9c2c890a5ae)
 
Place of Performance
Address: Al Dhafra AB, Non-U.S., United Arab Emirates
 
Record
SN02886408-W 20120919/120918001931-8d3244cedd7cb799aab2a9c2c890a5ae (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.