Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 07, 2013 FBO #4152
SOLICITATION NOTICE

84 -- Kappler Zytron 500 Hazardous Material Level A Suits - Brand Name Letter

Notice Date
4/5/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 90 CONS, 7505 Barnes Loop, F.E. Warren AFB, Wyoming, 82005, United States
 
ZIP Code
82005
 
Solicitation Number
F1Y2BC3086A001
 
Archive Date
5/4/2013
 
Point of Contact
Justin D. McRae, Phone: 3077733893, Nathean Stoner, Phone: 307-773-5686
 
E-Mail Address
justin.mcrae@us.af.mil, nathean.stoner@us.af.mil
(justin.mcrae@us.af.mil, nathean.stoner@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Brand Name Justification 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. This solicitation is being issued as a Request for Quotation (RFQ). Submit only written quotations for RFQ F1Y2BC3086A001 this solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-63. This acquisition is 100% set-aside for Total Small Business. The associated NAICS code is 339113 with a size standard of 500 Employees. The line item description is as follows: CLIN 0001- Kappler Zytron 500, Air Force Option Hazardous Material Level A Suits, XL Quantity: 9 Unit: EA Unit Price: ________ Extend Price: _________ PROVISIONS/CLAUSES. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Item, applies to this acquisition. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this solicitation and the offeror must include a completed copy of this provision with their proposal. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation, FAR 52.204-10 Reporting Executive Compensation, FAR 52.219-6, Notice of Total Small Business Aside, FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with authorities and Remedies, 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving, FAR 52.225-1, Buy American Act, 52.225-13 -- Restrictions on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. 52.232-99 -- Providing Accelerated Payment to Small Business Subcontractors (DEVIATION), 52.233-3 -- Protest After Award, 52.233-4 -- Applicable Law for Breach of Contract Claim, FAR 52.252.2 Clauses Incorporated by Reference, FAR 52.252-6 Authorized Deviations Clauses, The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. Specifically, the following DFARS clauses cited are applicable to this solicitation: 252.204-7004, Alternate A, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, 5352.201-9101 Ombudsman. The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil. All proposals must be faxed or emailed to POC SrA Justin McRae at 90th CONS/LGCB, 7505 Barnes Loop, Building 208, F.E. Warren AFB, WY 82005. EVALUATION OF QUOTATIONS/OFFERS: Quotes/offers will be evaluated IAW 13.106-2. This will be a lowest price technically acceptable award. Technical acceptability - at a minimum - will consist of meeting all characteristics, including those above Quotes must be signed, dated and submitted by 19 April 2013, 1:00 pm, Mountain Standard Time (MST) to the 90th Contracting Squadron/LGCB, Attn: SrA Justin McRae, Contracting Specialist, Commercial Phone 307-773-3893, Fax 307-773-4161, E-mail Justin.mcrae@us.af.mil LATE OFFERS: Offerors are reminded that e-mail transmission of quote/offer prior to the closing date and time will not constitute a timely submission of quote/offer unless it is received by the government prior to the closing date and time. Quotations/offers or modification of quotes/offers received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered (ref. FAR 52.212-1(f)). Please submit the following information with each quote: Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, Date offer expires, warranty, Line item unit price, and Total cost. AVAILABILITY OF FUNDS NOTE: FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS CONTRACT. THE GOVERNMENT'S OBLIGATION UNDER THIS CONTRACT IS CONTIGENT UPON THE AVAILABILITY OF APPROPRIATED FUNDS FROM WHICH PAYMENT FOR CONTACT PURPOSES CAN BE MADE. NO LEGAL LIABILITY ON THE PART OF THE GOVERNMENT FOR ANY PAYMENT MAY ARISE UNTIL FUNDS ARE MADE AVAILABLE TO THE CONTRACTING OFFICER FOR THIS CONTRACT AND UNTIL THE CONTRACTOR RECEIVES NOTICE OF SUCH AVAILABILITY, TO BE CONFIRMED IN WRITING BY THE CONTRACTING OFFICER.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b98df065916ac7a857e1a651294fe9ee)
 
Place of Performance
Address: F.E. Warren AFB, Cheyenne, Wyoming, 82005, United States
Zip Code: 82005
 
Record
SN03030189-W 20130407/130405234541-b98df065916ac7a857e1a651294fe9ee (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.