Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 05, 2015 FBO #5095
SOLICITATION NOTICE

68 -- Aircraft Deicing Fluid - 2016

Notice Date
11/3/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325998 — All Other Miscellaneous Chemical Product and Preparation Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 910 CONF/LGC, 3976 King Graves Road, Unit 31, Youngstown ARS, Ohio, 44473-5931
 
ZIP Code
44473-5931
 
Solicitation Number
FA665616T0001
 
Archive Date
12/3/2015
 
Point of Contact
Lori J. Jenkins, Phone: 3306091041, Joshua D Indorf, Phone: 3306091389
 
E-Mail Address
lori.jenkins.1@us.af.mil, joshua.indorf.1@us.af.mil
(lori.jenkins.1@us.af.mil, joshua.indorf.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for a commercial item prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is FA6656-16-T-0001 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-83 (2 July 2015) and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice DPN 20150803. This solicitation is a 100% Small Business Set-aside. The North American Industrial Classification System (NAICS) code for this commercial item is 325998; the small business size standard is 500 employees. The 910th AW has a requirement to procure the commercial item listed below. SCHEDULE OF SUPPLIES/SERVICES: This acquisition is for the purchase of the following item(s): Aircraft Deicing Fluid Type 1 Spec SAE AMS 1424 Type 1 (Non-Hazardous) - Concentrate Sizes and Quantities: 4,000 Gallons FAR 52.212-16 Variation in Quantity (a) A variation in the quantity of any item called for by this contract will not be accepted unless the variation has been caused by conditions of loading, shipping, or packing, or allowances in manufacturing processes, and then only to the extent, if any, specified in paragraph (b) of this clause. (b) The permissible variation shall be limited to: _______0___ Percent increase ______2.5___ Percent decrease This increase or decrease shall apply to ____4000________.* The following Federal Acquisition Regulation (FAR) and Defense Acquisition Regulation Supplement (DFARS) provisions and clauses are applicable to this acquisition and incorporated by reference. These provisions and clauses can be read in full text and accessed electronically at the following website: http://www.farsite.hill.af.mil. List of applicable provisions: FAR 52.204-7, System for Award Management (JUL 2013) FAR 52.212-1, Instructions to Offerors, Commercial Items (Feb 2012) FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Dec 2012). Offerors must include a completed copy of the provision or have completed the on-line certification at http://www.sam.gov. FAR 52.252-1,Solicitation Provisions Incorporated by Reference (FEB 1998) DFARS 252.225-7001, Buy American and Balance of Payments Program (NOV 2014) List of applicable clauses: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013) FAR 52.212-4, Contract Terms and Conditions-Commercial Items (MAY 2015) FAR 52.212-5,Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (JUL 2014) FAR 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) FAR 52.219-28, Post Award Small Business Program Representation (JUL 2013) FAR 52.222-3, Convict Labor (JUN 2003) FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2014) FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999) FAR 52-222-26, Equal Opportunity (APR 2015) FAR 52.222-36, Equal Opportunity for Workers With Disabilities (JUL 2014) FAR 52.222-50, Combating Trafficking in Persons (MAR 2015) FAR 52.223-3, Hazardous Material Identification and Material Safety Data (JAN 1997) FAR 52.223-6, Drug-Free Workplace (MAY 2001) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) FAR 52.225-13, Restriction on Certain Foreign Purchases (JUN 2008) FAR 52.232-33, Payment by Electronic Funds Transfer-- System for Award Management (JUL 2013) FAR 52.232-39, Unenforceability of Unauthorized Obligations (JUN 2013) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) FAR 52.233-3, Protest after Award (AUG 1996) FAR 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) FAR 52.247-34, F.o.b. Destination (NOV 1991) FAR 52.252-2, Clauses Incorporated by Reference (FEB 1998) DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) DFARS 252.203-7002, Requirements to Inform Employees of Whistleblower Rights (SEP 2013) DFARS 252.204-7004 Alternate A, System for Award Management (JAN 2015) DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (MAY 2014) (DEVIATION 2012-O0004) DFARS 252.232-7003, Electronic Submission of Payment Requests (JUN 2012) DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions (MAY 2013) DFARS 252.232-7010, Levies on Contract Payments (DEC 2006) AFFARS 5352.201-9101, Ombudsman (APR 2014) Offerors responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. Offerors are required to provide their Contractor's DUNS Number, Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Offerors are required to be registered in the System for Award Management (SAM) http://sam.gov, and Wide Area Workflow (WAWF) for payment purposes. For WAWF assistance, please visit their website at: https://wawf.eb.mil/ or by phone at: 801-605-7095. Offerors must have a current SAM record prior to receiving an award for this solicitation. All responsible sources may submit a response which, if received by the closing date listed below, shall be considered by the 910 MSG/CONF. All quotes must state at a minimum: the unit price, discount/payment terms, delivery time after receipt of award, and FOB terms. Offerors are responsible for ensuring their quote has been received and is legible. Quote must be received by the 910th Contracting Office no later than 1:00 p.m. Eastern Standard Time (EST) on 18 November 2015. Please submit quote via email to lori.jenkins.1@us.af.mil or joshua.indorf.1@us.af.mil, fax at (330) 609-1389 or by mail to 910th MSG/CONF, BLDG 504, ATTN: Lori Jenkins or Joshua Indorf, Youngstown Air Reserve Station, 3976 King Graves Road-Unit 31, Vienna Ohio 44473. If you have any questions or require additional information, please call at (330) 609-1041. Government's intent is to award a single contract between the Government and the Contractor, to the lowest-price, technically acceptable offer. This notice does not obligate the government to award a contract, nor does it obligate the government to pay for any quotation preparation costs. Place of Delivery/Acceptance: 910 AMXS/MXMT 3976 King Graves Rd. Vienna, OH 44473-5931
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/910LGLGC/FA665616T0001/listing.html)
 
Place of Performance
Address: 910 MSG/CONF, Vienna, Ohio, 44473, United States
Zip Code: 44473
 
Record
SN03936958-W 20151105/151103234529-c36c7032d0dbcccc6a05c03bd821e6eb (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.