SOLICITATION NOTICE
51 -- Miscellaneous Shop Tools and Equipment in Support of Enduring Freedom Activation for the 200th RHS, Camp Perry, Port Clinton, Ohio.
- Notice Date
- 4/29/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- 180 FW/LGC, Base Contracting Office, 2660 South Eber Road, Swanton, OH 43558-9645
- ZIP Code
- 43558-9645
- Solicitation Number
- DAHA33-02-T-0010
- Response Due
- 5/9/2002
- Archive Date
- 6/8/2002
- Point of Contact
- Cynthia Martin, 419-868-4142
- E-Mail Address
-
Email your questions to 180 FW/LGC
(cindy.martin@ohtole.ang.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- NA 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; proposals are being request ed and a written solicitation will not be issued. The solicitation number is DAHA33-02-T-0010 and is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquis ition Circular 2001-06, effective 4 Apr 2002. Any amendments to this solicitation will be issued through FedBizOpps. This action will result in a FFP purchase order utilizing simplified commercial acquisition procedures under Full and Open Competition. Thi s is being set aside 100% for small business. The NAICS code that applies is 42183. The business size is 500 employees This solicitation contains provisions for Brand Name or Equal IAW FAR 11.107 and 52.211-6. Offerors shall provide various Hand Tools and other types of equipment that are Brand Name or Equal to the respective Brand Name part numbers described in the spreadsheet that can be obtained by calling MSgt Jody Zuelzke 419-868-4237 or SMSgt Cindy Martin 419-868-4142. This spreadsheet contains 122 li ne items. Offerors shall clearly identify each line item being offered by brand name, if any, and make, part number, or model number, cost and unit of issue. The offeror shall include descriptive literature such as illustrations, drawings, catalogs, brochu res, or other manufacturing information that fully describes the item if not the suggested manufacturer and part number. The offeror shall clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requ irements. Unless the offeror clearly indicates in its offer that the product being offered is an ?or equal? product, the offeror shall provide the brand name referenced in the solicitation. In accordance with DFAR clause 252.225-7015, Preference for Domest ic Hand or Measuring Tools, only hand or measuring tools produced in the United States or its possessions shall be provided. This solicitation contains requirements for various Socket Sets, Wrench Sets, and other hand tools and equipment totaling 122 diffe rent items, which are required under this solicitation. FOB is destination to 180th Fighter Wing, 2660 S. Eber Road, Swanton, OH 43558-9645. The required quantity for all proposed line items listed on the spreadsheet shall be delivered no later than 3 Jun 02. Preservation, packing, packaging, and marking shall be IAW customary commercial practices. To be considered for award, offers of or equal products, including equal products of the brand name manufacturer, must meet the physical (size), functional, or p erformance characteristics of the brand name part numbers described in all listed line. All items shall be covered by a warranty that meets, or exceeds, the warranty provided by the brand name manufacturers for all line items. The following clauses apply t o this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial. The government will make an award to the responsible offeror whose offer conforming to the solicitation is the lowest priced. Potential multiple awards will be executed if vendor(s) ca nnot provide pricing for all line items. The follwing clauses apply: FAR clause 52-212-3, Offeror Representations and Certifications-Commercial Items - which must be included in all vendor quotes; FAR clause 52.212-4, Contract Terms and Conditions-Commerci al Items; FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The following additional FAR clauses cited within clause 52.212-5 also apply: 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.225-13, Restriction on Ce rtain Foreign Purchases; and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The following additional DFARS clauses cited within clause 252.2 12-7001 also apply: 252.205-7000, Provision of Information to Cooperative Agreement Holders; and 252.225-7001 Buy American Act and Balance of Pay ments Program. The following FAR, DFAR, clauses also apply: FAR 52.247-34, FOB Destination; FAR 52.247-35, FOB Destination, Within Consignees Premises; FAR 52.211-6, Brand Name or Equal; FAR 52.247-50, No Evaluation of Transportation Costs; DFAR 252.204-70 04, Required Central Contractor Registration; DFAR 252.246-7000, Material Inspection and Receiving Report; DFAR 252.225-7000, Buy American Act-Balance of Payments Program Certificate; DFAR 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFAR 252.225-7015, Preference for Domestic Hand or Measuring Tools. The full text of any clauses incorporated into this solicitation is available upon request from the point of contact. Offerors shall include completed copies of the provisions at F AR clause 52-212-3, Offeror Representations and Certifications-Commercial Items, and DFAR clause 252.212-7000 with their offer. If you are interested in quoting on this solicitation, please contact this office immediately to obtain information to large for inclusion into this notice. Please be advised that all equipment, tools must be delivered by 3 June 2002. If you cannot meet the delivery deadline of 3 June 2002 ? please do not bid on the line item. No backordering is authorized FOR THIS SOLICITATION. Th is solicitation is in support of an Enduring Freedom unit activation. For information regarding this solicitation, please contact MSgt Jody Zuelzke 419-868-4237 or SMSgt Cindy Martin 419-868-4142. All Offers are due by 5:00 PM, EDT, 9 May 02, via facsimile at 419-868-4222, Attn: Cynthia K. Martin, or by other electronic means. Email address is cindy.martin@ohtole.ang.af.mil.
- Place of Performance
- Address: 180 FW/LGC Base Contracting Office, 2660 South Eber Road Swanton OH
- Zip Code: 43558-9645
- Country: US
- Record
- SN00068138-W 20020501/020429213327 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |