Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2018 FBO #6104
SOLICITATION NOTICE

23 -- Airfield Management Support Trailers - Brand Name J&A - Offer Schedule

Notice Date
8/8/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336212 — Truck Trailer Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Tinker AFB - AFSC/PZIO, 7858 5th Street Ste 1, Tinker AFB, Oklahoma, 73145-9106, United States
 
ZIP Code
73145-9106
 
Solicitation Number
F3YTAS8183A001
 
Archive Date
9/7/2018
 
Point of Contact
Simon A. Curiel, Phone: 4057393251, Cameron A. Smith, Phone: 4055826674
 
E-Mail Address
simon.curiel.1@us.af.mil, cameron.smith.16@us.af.mil
(simon.curiel.1@us.af.mil, cameron.smith.16@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Offer Schedule for Airfield Management Support Trailers Brand Name J&A Solicitation # F3YTAS8183A001 Description: (1) 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. (2) The solicitation number F3YTAS8183A001 is being issued as a request for quotation. (3) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99. (4) This acquisition is issued 100 percent set aside for small business. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. The North American Industry Classification System (NAICS) code is 336212. (5) The requirement is for Brand name acquisition of ATC Trailers, model #QSTSB7016+0-2T5.2K. Please see Attachment 1 for further information regarding the items required. (6) See Attachment 2 for offer schedule. (7) Place of delivery is: (a)3 each: Robins AFB, GA 31098. (b)1 each: Meridian, MS 39307. (c)1 each: McEntire JNGB, SC 29044. (d)1 each: Volk Field ANGB, WI 54618. (e)1 each: Klamath Falls, OR 97603. Delivery will be 30 days after date contract. If unable, submitting an alternative delivery schedule is acceptable and will not result in the quote being deemed unacceptable. (8) The provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. (9) The provision 52.212-2, Evaluation-Commercial Items, applies to this procurement. The government will award a firm-fixed price service contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the government. The government will evaluate offers based on the following: Lowest Price Technically Acceptable (10) The government advises Offerors to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. Offerors are also reminded to complete Offeror Representations and Certifications on-line at www.SAM.gov prior to submitting an offer. (11) Clause 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. (12) FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEVIATION 2013-O0019) applies to this acquisition. (13) Additional provisions and clauses that apply to this acquisition are: FAR 52.204-7 System for Award Management; FAR 52.204-19 Incorporation by Reference of Representations and Certifications; FAR 52.204-22 Alternative Line Item Proposal; FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation; FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law; FAR 52.211-6 Brand Name or Equal; FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications; FAR 52.232-39 Unenforceability of Unauthorized Obligations; FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; FAR 52.246-1 Contractor Inspection Requirements; FAR 52.246-16 Responsibilty for Supplies; FAR 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form); FAR 52.252-1 Soliciation Provisions Incorporated by Reference (https://farsite.hill.af.mil); FAR 52.252-2 Clauses Incorporated by Reference (https://farsite.hill.af.mil); FAR 52.253-1 Computer Generated Forms; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials; DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.204-7010 Requirement for Contractor to Notify DoD if the Contractor's Activities are Subject to Reporting Under the U.S.-International Atomic Energy Agency Additional Protocol. DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting; DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support; DFARS 252.211-7003 Item Identification and Valuation; DFARS 252.223-7008 Prohibition of Hexavalent Chronium; DFARS 252.225-7048 Export-Controlled Items; DFARS 252.232-7003 Electronic Submission of Payments Requests and Receiving Reports; DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.243-7001 Pricing of Contract Modifications; DFARS 252.244-7000, Subcontracts for Commercial Items; AFFARS 5352.201-9101 (Frederick Mark, Chief, Policy Branch, Contracting Division, HQ PACAF/A7KP, telephone number 808-449-8567), Ombudsman (14) Any questions regarding this notice should be directed to 1st Lt Simon Curiel, AFSC/PZIOB, 7858 5th Street, STE 1 Tinker AFB, OK 73145-9106, (405) 739-3251, simon.curiel.1@us.af.mil, or to SSgt Cameron Smith AFSC/PZIOB, 7858 5th Street, STE 1 Tinker AFB, OK 73145-9106, (405) 582-6674, cameron.smith.16@us.af.mil. All quotes are due via e-mail to the Government NO LATER THAN 23 August 2018 at 12:00 PM CST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCBC/F3YTAS8183A001/listing.html)
 
Place of Performance
Address: Reference section (7) of solicitation, United States
 
Record
SN05027774-W 20180810/180808231606-e709fb89afb6ddf5bd749dbcbc98a5de (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.