SOLICITATION NOTICE
61 -- 146 AW - POWER CABLE ASSEMBLY
- Notice Date
- 8/26/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335311
— Power, Distribution, and Specialty Transformer Manufacturing
- Contracting Office
- 146th MSG/MSC, 119 Mulcahey Drive, Port Hueneme, CA 93041-4011
- ZIP Code
- 93041-4011
- Solicitation Number
- F8S2AS3088A001
- Response Due
- 9/17/2013
- Archive Date
- 10/25/2013
- Point of Contact
- Karen Wegner, 805-986-7972
- E-Mail Address
-
146th MSG/MSC
(karen.wegner@ang.af.mil)
- Small Business Set-Aside
- N/A
- 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. THIS IS A REQUEST FOR INFORMATION (RFI) DRAFT SOLICITATION FOR END OF YEAR PLANNING PURPOSES. FUNDING IS NOT CURRENTLY AVAILABLE. HOWEVER, ONCE FUNDING IS RECEIVED WE WILL USE THIS INFORMATION FOR ORDERING PURPOSES. AVAILABILITY OF FUNDS (APR 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract 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. (End of clause) PLEASE STATE HOW LONG PRICES ARE VALID AS A SEPARATE RFQ WILL NOT BE ISSUED. The Government does not presently intend to award a contract, but wants to obtain price, delivery, other market information, and capabilities for planning purposes. This is a draft combined synopsis and 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 request for information; quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation F8S2AS3088A001 is being issued as a Request for Quotation. This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-69 and DFARS Change Notice (DCN) 20130808. This acquisition is Full and Open Competition. The associated NAICS code for this acquisition are 335313. Small business size standard is 750 employees. Item 0001: Line Item 0001: MFR: J&B Aviation Services, Inc. Part#: JB8817-100SNJSG. New, double ended, 100ft, ETL Listed, 260Amp, 400Hz, AC power cable assembly with molded strain relief and high visibility (Yellow) replaceable contact sections. Replacement contact sections are secured with no less than 4 Allen head screws and has a minimum of three water tight seals. Cable assembly is for use on the B-809/-86/-60/ EPU series Solid State Frequency Converters (SSFC) and many more mobile and SSFC's for Flight line and hangar use. Cable will be approximately 100ft (+ or - 1') in length and weighs approximately 2.2lbs per ft. Cable assembly will include a high visibility orange scuff jacket, JB7501-95, and secured with cold shrink on both ends. Quantity: Ten (10) Each. FOB: Destination for delivery to CHANNEL ISLANDS ANGS, 146 MXMG, 118 MULCAHEY DRIVE, PORT HUENEME, CA 93041-4005. Please include the lump sum amount including all shipping, installation, and handling charges for FOB Destination. BID SCHEDULE: The Contractor shall furnish all labor, parts, tools, equipment, materials, technical knowledge and transportation necessary to fulfill the requirement. This solicitation is a for the BRAND NAME OR EQUAL requirement. BRAND NAME OR EQUAL; EQUAL ITEMS IDENTIFIED SHOULD FURNISH ADEQUATE INFORMATION WITH THE QUOTE TO ENSURE THAT A DETERMINATION CAN BE MADE AS TO THE EQUALITY OF THE PRODUCTS REQUESTED. PLEASE PROVIDE WARRANTY INFORMATION. PERIOD OF ACCEPTANCE OF OFFERORS: The quoter agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of quotes. LATE OFFERS: Request for Quotations or modification of quotes received at the address specified for the receipt of quotes after the exact time specified for receipt of offers WILL NOT be considered. FOB point is Destination to Channel Islands Air National Guard Station (ANGS), Port Hueneme, CA 93041. Please provide estimated shipping with the total price. The provision FAR 52.212-1, Instructions to Offerors, Commercial in its latest edition applies to this solicitation. Request for Quotation (RFQ) should be submitted and shall contain the following information: RFQ NUMBER; TIME SPECIFIED FOR RECEIPT OF QUOTES; NAME, ADDRESS; TELEPHONE NUMBER OF QUOTER; ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if applicable). Signed quotes must indicate quantity, unit price and total amount for each item. QUOTES shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. Quote shall also contain all other documentation specified herein. EVALUATION/AWARD: IAW FAR 52.212.2, Evaluation-Commercial Items. The government will award a contract resulting from this solicitation to the offeror whose offer conforming to the solicitation will be most advantageous price to the government. Offerors are to include a completed copy of the provision at 52.212-3 Alt 1, Offeror Representations and Certifications - Commercial Items with their offer. This can be completed electronically at https://sam.gov/. The clause FAR 52.212-4, Contract Terms and Conditions - Commercial Items in its latest edition applies to this solicitation. The following clauses in their latest editions apply to this acquisition: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.212-4, Contract Terms and Conditions-Commercial Items 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post Award Small Business Program Representation 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 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-1, Buy American Act - Supplies 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.247-34, F.O.B. - Destination 52.252-2, Clauses Incorporated by Reference 52.252-6, Authorized Deviations in Clauses DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7004 Alt A, Central Contractor Registration 252.209-7999, Prohibition against contracting w/Corps that have unpaid delinquent tax liability or a felony conviction. 252.211-7003, Item Identification and Valuation 252.212-7001 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders 252.232-7003, Electronic Submission of Payment Requests 252.232-7010, Levies on Contract Payments 252.212-7001 (deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commecial Items. 252.209-7995 (DEV), Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or Felony Conviction under any Federal Law-Fiscal Year 2013 Appropriations (Deviation) Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. The following additional provisions are incorporated by reference: 52.214-31, Facsimile Bids 52.219-1 Alt 1, Small Business Program Representations 52.225-2, Buy American Act Certificate Interested parties should contact Karen Wegner at Karen.wegner@ang.af.mil, (805) 986-7972. All information relating to this solicitation, including, changes/amendments, questions and answers, will be posted on the following website: http://www.FBO.gov. Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in via e-mail to the address below. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. ALL OFFERORS MUST BE REGISTERED IN SYSTEM FOR AWARD MANAGEMENT (SAM) FORMERLY (CCR). Offerors must be successfully registered in SAM, (www.sam.gov ), in order to receive an award. To be considered, responsive offerors must register in SAM at https://www.sam.gov/portal/public/SAM/ before submitting an offer or by calling the SAM Registration Centers at 866-606-8220. Instructions for registering are available at the SAM website https://www.sam.gov/portal/public/SAM/. The System for Award Management (SAM) is a free web site that consolidates the capabilities you used to find in CCR/FedReg, ORCA, and EPLS. Future phases of SAM will add the capabilities of other systems used in Federal procurement and awards processes. SUBMISSION GUIDELINES: RESPONSE TIME: EMAIL OFFERS WILL BE ACCEPTED AND ARE PREFERRED. RFQ submissions shall be submitted via email to Karen.wegner@ang.af.mil NLT 17 Sep 2013, 1:00 p.m. PDT. The offeror agrees to hold the quoted price for at least 30 calendar days from the date of quote. ALL QUOTES SHALL BE MARKED WITH REQUEST FOR QUOTATION (RFQ) NUMBER AND TITLE. EMAIL OFFERS WILL BE ACCEPTED AND ARE PREFERRED. When submitting a quote please provide the following: Tax ID number: DUNS #: CAGE CODE: POC: Contact e-mail address: Point of Contact is Karen R. Wegner - 146 MSG/MSC - 119 Mulcahey Drive Port Hueneme CA 93041-4011. Phone: (805) 986-7972. Email: Karen.wegner@ang.af.mil; Alternate Point of Contact is TSgt Lori A. Rowe - 805-986-7970; lori.rowe@ang.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA04-4/F8S2AS3088A001/listing.html)
- Place of Performance
- Address: 146th MSG/MSC 119 Mulcahey Drive, Port Hueneme CA
- Zip Code: 93041-4011
- Zip Code: 93041-4011
- Record
- SN03161939-W 20130828/130826234933-0eb3c7d75606ff5ed70db876dbaeb443 (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 |