MODIFICATION
99 -- Parachute Storage - Amendment 2
- Notice Date
- 7/12/2013
- Notice Type
- Modification/Amendment
- NAICS
- 337215
— Showcase, Partition, Shelving, and Locker Manufacturing
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Lackland AFB - 802d Contracting Squadron, 1655 Selfridge Avenue, JBSA Lackland, Texas, 78236-5253, United States
- ZIP Code
- 78236-5253
- Solicitation Number
- 13TC0007
- Archive Date
- 8/13/2013
- Point of Contact
- Kenneth K. Drake, Phone: 210-671-1765
- E-Mail Address
-
kenneth.drake@us.af.mil
(kenneth.drake@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Questions This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. Award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106-2 This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ) and the reference number is 13TC007. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66 and DFARS change notice 20130401. The Offeror must be an authorized dealer and must quote on an all or none basis. Written quotes are required (oral offers will not be accepted). Submission of quotes must be in accordance with FAR 52.212-1, Instructions to Offerors, Commercial Items. The Government will award a contract resulting from this solicitation to the responsible offeror, whose offer is the best value and the most advantageous to the Government which is conforming to the solicitation. Please include CAGE Code, DUNS, Tax Identification Number, FOB Point, and Discount Terms. Availability and how long it will take to ship to JBSA-Lackland, TX 78236. Quotes must be valid through 30 Sep 2013. This is a 100 percent small business set aside. The NAICS Code is 337215 and the standard is 500 employees. DESCRIPTION OF SUPPLIES 0001: Turnkey High Density Mobile storage system as described in Statement of work and salient conditions UNIT PRICE_____________ EXTENDED PRICE_____________ 0002: Rigging table as described UNIT PRICE_____________ EXTENDED PRICE_____________ 0003: Installation UNIT PRICE_____________ EXTENDED PRICE_____________ This is a BRAND NAME or EQUAL: The brand name or equal item is a Active RAC 7M mobile system. If the vendor is not registered in the SAM website as a total small business vender, their quote will not be technically acceptable. Vender must be able to deliver and install product within 120 days of receipt of purchase order. The lowest price technically acceptable quote will be selected. It is highly recommended that all interested vendors attend a site visit on 10 July 13, 10:00 am cst at Bldg. 150a Eagle Drive, Lackland AFB (Medina Annex). Vendors must send Name, DOB, Driver license number and DL expiration date to kenneth.drake@us.af.mil nlt 9 July 1500 hrs so they may get a visitor pass. All quotes will be evaluated by the customer. These must meet the salient characteristics and Statement of Work. The lowest priced technically acceptable quote evaluated by the customer will be selected. Statement of work and salient characteristics are attached. Send the following information with quote. COMPANY INFORMATION Legal Business/Company Name as it is indicated in SAM Duns #_________________ Cage Code #_____________ POC:________________________ Tel:_________________ Email Address:__________________ Fed TX ID:__________________ Quote by________________________ Title_____________________ Signature________________________ Date______________________ Type of Quote: OPEN MARKET For Full Text reference on clauses go to www.arnet.gov or http://farsite.hill.af.mil To be eligible to receive an award resulting from this RFQ, Offerors must be registered in the DOD Central Contractor Registration (CCR) database, no exceptions. To register, please visit http://www.ccr.gov. Offerors shall electronically complete FAR 52.212-3 Offeror Representations and Certifications-Commercial Items at website http://www.bpn.gov/orca. The following clauses and provisions are applicable to this solicitation. FAR 52-211-17, Delivery of excess quantities; FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items, Addendum: Para c of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation); FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-28, Post-Award Small Business program Re-representation; FAR 52.222-19, Child Labor; FAR 52.222-26, Equal Opportunity; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-50, Trafficking in Persons; FAR 52.223-18, Contractor Policy to Band Text Messaging While Driving; FAR 52.225-1, Buy American Act-Supplies; FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.233-3, Protest After Award; FAR 52.247-34, FOB Destination; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A; DFARS 252.232-7003, Electronic Submission of Payment Requests; FAR 52.252-1, Solicitation Provisions Incorporated By Reference; FAR 52-252-5, Authorized Deviations in Provisions; FAR 52.252-2, Clauses Incorporated By Reference; FAR 52.252-6, Authorized Deviations in Clauses; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation); AFFARS 5332.201-9101 Ombudsman, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.246-17, Warranty of supplies of a Noncomplex Nature, DFARS 252.211-7003, Identification and Valuation, FAR 52.204-7, Central Contractor Regisration, 52.204-13, Lackland, Central Contracting Registration Maintenance, 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards, Lackland 0007, Addendum to 52.212-4, Lackland 0009, Cell Phone, Lackland 0010, Security Requirements for Solicitation and Contracts, Lackland 0013, Contractor Personnel Conduct, Lackland 00014, Contract Work Hours and DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions. All clauses and provisions may be accessed electronically at http://farsite.hill.af.mil or www.arnet.gov. All items must be bid and quotes must be good until 1 Oct 13. Offers must be received no later than 29 July 13 at 10:00 a.m. (Central Standard Time). Offers may be sent by fax, or electronically. The Point of Contact for this solicitation is Kenneth Drake, kenneth.drake@us.af.mil. Phone number is (210) 671-1767. Fax number is (210) 671-1199. The Contracting Officer is Shirley M. Henderson, shirley.henderson@us.af.mil Phone number is (210) 671-5165.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/13TC0007/listing.html)
- Place of Performance
- Address: Bldg 150 A Eagle Drive, JBSA Lackland, Texas, 78251, United States
- Zip Code: 78251
- Zip Code: 78251
- Record
- SN03115745-W 20130714/130712235207-318b9cd357a5d37cc19e25eaf02afa3f (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 |