Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 29, 2016 FBO #5301
SOLICITATION NOTICE

28 -- Replace Cummin Diesel Engine for F750 Crane - LIST OF ATTACHMENTS

Notice Date
5/27/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 30CONS, 1515 Iceland Avenue, Bldg 8500, Room 150, Vandenberg AFB, California, 93437-5212
 
ZIP Code
93437-5212
 
Solicitation Number
F4D3D36082AG01
 
Archive Date
6/24/2016
 
Point of Contact
Mary L. Avants, Phone: 8056062515
 
E-Mail Address
mary.avants@us.af.mil
(mary.avants@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SOW Brand Name J&A_Redacted Quote Template 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. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. This combined synopsis/solicitation is issued as a Request for Quote (RFQ). Submit written offers IAW CLIN structure outlined in announcement. Quote template sheet will be provided upon request. Oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM)(https://www.sam.gov). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-88, effective 16 May 2016 and DFARS DPN 20160510 (effective 10 May 2016). This acquisition is being conducted as a 100% Small Business Set-Aside IAW FAR 19.502-2(a). The applicable North American Industrial Classification System Code (NAICS) is 333618, "Engines, Diesel and Semidiesel, Manufacturing", and the associated Size Standard is 1,500 employees. Purchase Request #: F4D3D36082AG01 Project Title: Replace Cummins Diesel Engine for F750 Crane 1. Quotes should conform to the CLIN structure as established in the attached Quote Template, a quote sheet is provided and shall be used to provide quotes. 2. Quotes shall be valid through 30 Sep 2016. 3. Please see attached Statement of Work (SOW) for detailed description of requirements. 4. All questions or comments must be provided in writing via email to the Contract Specialist (CS) Mary Avants, mary.avants@us.af.mil and the Contracting Officer (CO) is Lucy Ngiraswei, at lucille.ngiraswei@us.af.mil No Later Than (NLT) Wednesday, 01 June 2016. 5. Quotes must be submitted in writing via email to Contract Specialist (CS) Mary Avants, mary.avants@us.af.mil and the Contracting Officer (CO) is Lucy Ngiraswei, at lucille.ngiraswei@us.af.mil, NLT 10:00 AM PST Friday, 09 June 2016. The contract will be Firm-Fixed Price (FFP). The CLIN is structure reflected below. Item Description: CLIN 0001 - ISB 6.7 Liter, 2800 HP, Diesel Engine for Ford F750 Crane. Model year 2010 or newer. Qty: 1 EA CLIN 0002 - Flywheel/Housing/Coupling/Adaptation/Clutch. Qty: 1 EA CLIN 0003 - Electronic Controls/Engine Wiring Harness. Qty: 1 EA CLIN 0004 - Radiator/CAC/Cooling System. Qty: 1 EA CLIN 0005 - Intake/Exhaust Piping & Components. Qty: 1 EA CLIN 0006 - Fluids and Filters. Qty: 1 EA CLIN 0007 - Custom Fabrication. Qty: 1 EA CLIN 0008 - Removal of existing engine & installation of new engine IAW the SOW. Qty: 1 EA CLIN 0009 - On-Site Operation & Maintenance Training, 2 hour session. Qty: 1 EA The following clauses are incorporated by reference in the final award: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-4 Contract Terms and Conditions-Commercial Items 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facility 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-50 Combat Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7006 Billing Instructions 252.223-7001 Hazard Warning Labels 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American Act & Balance of Payments 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies on Contract Payments 252.243-7001 Prohibition on Interrogation of Detainees by Contractor Personnel The following clauses are incorporated by full text in the final award: 52.212-5 (DEV) Contract Terms and Conditions Required To Implement Statutes or Executive Orders Fill-In Text: (ix): N/A 52.252-2 Clauses Incorporated by Reference Fill-In Text: http://farsite.hill.af.mil/ 52.252-6 Authorized Deviations in Clauses 252.203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2016-O0003) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.211-7003 Item Identification and valuation (Auth. 211.274-6 (a)(1)) Fill-In Text: (c)(1)(i & ii): N/A 252.232-7006 Wide Area Workflow Instructions Fill-In Text: To be provided at the time of award. 5352.201-9101 Ombudsman Fill-In Text: (c): AFICA/ KS SCO, 150 Vandenberg Street, Peterson AFB CO 80914, (P) 719-554-5300, (F) 719-554-5299, afica.ks.wf@us.af.mil. 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances 5352.223-9001 Health and Safety of Government Installations 5352.242-9000 Contractor Access to Air Force Installations The following provisions are incorporated by reference in this solicitation: 52.204-7 System for Award Management 52.204-16 Commercial and Government Entity Code Reporting 52.211-6 Brand Name or Equal 52.212-1 Instructions to Offerors - Commercial Items 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7004, Alt A Alternate A, System for Award Management 252.204-7011 Alternative Line Item Structure 252.225-7000 Buy American Statute - Balance of Payments Program Certificate The following provisions are incorporated by full text in this solicitation: 52.212-2 Evaluation - Commercial Items 52.212-3 Offeror Representations and Certifications - Commercial Items 52.212-3, Alt I Offeror Representations and Certifications - Commercial Items, Alternate I 52.252-1 Provisions Incorporated by Reference Fill-In Text: http://farsite.hill.af.mil/ 52.252-5 Authorized Deviations in Provisions 252.203-7996 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION 2016-O0003) 252.209-7991 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law - Fiscal Year 2016 Appropriations All potential offerors are reminded that compliance with FAR 52.204-7, System for Award Management, is mandatory. Lack of registration in the SAM will make an offeror ineligible for contract award. All quotes should be valid through 30 Sep 2016. Quotes must be sent to the attention of Mary Avants at email address:mary.avants@us.af.mil / Lucy Ngiraswei at email address: lucille.ngiraswei@us.af.mil No Later Than 10:00 AM PST Friday, 09 June 2016.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/30CONS/F4D3D36082AG01/listing.html)
 
Place of Performance
Address: Vandenberg AFB, CA, Vandenberg AFB, California, 93437, United States
Zip Code: 93437
 
Record
SN04131359-W 20160529/160527233706-8b0ae83692bbbf1607a224432f51819e (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.