Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 26, 2015 FBO #5055
SOLICITATION NOTICE

47 -- Fuel Cart

Notice Date
9/24/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Material Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
F1S0AB5260B002
 
Archive Date
10/12/2015
 
Point of Contact
Chuck McKinley, Phone: (661) 277-9519, Tylan J McBride, Phone: (661) 277-9119
 
E-Mail Address
charles.mckinley.2@us.af.mil, tylan.mcbride.2@us.af.mil
(charles.mckinley.2@us.af.mil, tylan.mcbride.2@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation - F1S0AB5260B002 This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and an additional written solicitation will not be issued. This is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR) and Supplements, Federal Acquisition Circular (FAC) 2005-83 and DFARs Change Notice (DPN) 20150921. NAICS is 332999 with a small business size standard of 750 employees. This acquisition is a 100% small business set-aside. The Air Force Test Center (AFTC), at Edwards AFB, CA is seeking potential sources capable of providing a fuel cart as follows: MINIMUM SALIENT CHARACTERISTICS The following are minimum salient characteristics that a vendor should be able to build to. This request is for one fuel cart consisting of the following Brand-Name components: • Hannay Model A234-33-34RT - air operated hose reel with manual rewind and hand crank for 100 foot of 2 inch hard refueling hose with a right top rewind. The air operated motor can be in the standard bottom rear location, reel for jet fuel with aluminum plumbing. EA 2 • Hannay model GR75 w/optional Browne Clamp, P/N 9951-0031; EA 2 • Cla-Val Model 341GF-G V D3 100 SBV 20, 341GF series nozzle with Ground Clamp Assembly/vacuum breaker/d-3/100 Mesh strainer in the strainer ball valve/2.0 inch NPT threads; EA 3 • Cla-Val model 340GF-2, P/N 1690301F pressurized fuel servicing adapter with 2.5 inch NPT threads; EA 2 • 2 inch x 100 foot aviation fueling hose, API 1529, type 2, grade 2 complete with internally expanded fittings, tested and certified; EA 2 • 2 inch x 12 inch ss nipple (NPT threads); EA 2 • 2 inch x 2.5 inch ss bushing (NPT threads) EA 2 Delivery: 3 WARO Place of delivery, performance, and acceptance is FOB Destination, Edwards AFB, CA 93524. Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit in writing a complete quote including delivery FOB Destination Edwards AFB, CA 93524. Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. OFFERORS MUST COMPLY WITH FAR 52.204-7, System for Award Management. INTERESTED OFFERORS CAN ACCESS THE CLAUSES BY INTERNET URL: http://farsite.hill.af.mil. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) BECAME MANDATORY 1 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH BUSINESS PARTNERING NETWORK BY INTERNET URL www.sam.gov. TO REGISTER WITH CCR, GO TO URL: www.sam.gov. The government will be evaluating quotes IAW FAR 52.212-2 -- Evaluation -- Commercial Items (Jan 1999). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: i. Price ii. Technical capability of the item offer to meet the Government requirement Only the Lowest Priced, Technically Acceptable (LPTA) offeror will be awarded. The following FAR provisions and FAR clauses apply: Provision 52.212-1, Instructions to Offerors--Commercial Provision 52.212-3 and Alternate 1, Offeror Representations and Certifications -- Commercial Items Clause 52.212-4, Contract Terms and Conditions--Commercial Items Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items Clause 52.219-6, Notice of Total Small Business Set-Aside Clause 52.219-28, Post award Small Business Program Representation Provision 52.222-22, Previous Contracts and Compliance Reports Clause 52.222-26, Equal Opportunity Clause 52.222-36, Affirmative Action for Workers with Disabilities Clause 52.232-33 Mandatory information for electronic funds transfer payment Clause 52.232-40, Providing Accelerated Payments to Small Business Subcontractors The following DFARs clauses apply to this acquisition: Clause 252.203-7000, Requirements Relating to Compensation of Former DoD Officials Provision 252.203-7005, Representation Relating to Compensation of Former DoD Officials Provision 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representations Clause 252.203-7999, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation) (Feb 2015) Clause 252.204-7003, Control of Government Personnel Work Product Clause 252.204-7012, Safeguarding of Unclassified Controlled Technical Information Clause 252.204-7015, Disclosure of Information to Litigation Support Contractors Provision 252.209-7992, Representation by Corporations Regarding an Unpaid Clause 252.211-7003 Item Identification & Valuation Clause 252.223-7008 Prohibition of Hexavalent Chromium Provision 252.225-7000, Provision Buy American Statute--Balance of Payments Program Certificate Clause 252.225-7001 - Buy American Act Clause 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports Clause 252.232-7006, Wide Area WorkFlow Payment Instructions Clause 252.232-7010. Levies on Contract Payments Clause 252.244-7000 Acquisition of Commercial Items Clause 252.247-7023 Transportation of Supplies by Sea The following AFFARS clauses apply to this acquisition: Clause 5352.201-9101, Ombudsman Clause 5352.223-9000, Elimination of Use of Class I Ozone Depleting Materials The following factor shall be used to evaluate offers: Lowest price technically acceptable offer, technically acceptable is meeting all minimum salient characteristics. Offers are due at the Air Force Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Building 2800, Edwards AFB, CA, 93524, not later than September 27, 2015 at 11:59 pm PDT. E-mail address: charles.mckinley.2@us.af.mil. Phone: 661-277-9519, Fax: 661-277-0470 or Tylan McBride, tylan.mcbride.2@us.af.mil, 661-277-9119.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/F1S0AB5260B002/listing.html)
 
Place of Performance
Address: 5 S. Wolfe Ave, Edwards AFB, California, 93524, United States
Zip Code: 93524
 
Record
SN03901555-W 20150926/150924235202-bb1de58afcb7cf44adf09fd521645746 (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.