MODIFICATION
25 -- FOD Sweeper
- Notice Date
- 9/9/2006
- Notice Type
- Modification
- NAICS
- 339999
— All Other Miscellaneous Manufacturing
- Contracting Office
- Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, CA, 94535-2632
- ZIP Code
- 94535-2632
- Solicitation Number
- Reference-Number-F3ZT936237A200
- Response Due
- 9/18/2006
- Archive Date
- 10/3/2006
- Point of Contact
- Matthew Gross, Contract Specialist, Phone 707-424-7724, Fax null, - Eric Heaton, Contracting Officer , Phone 707-424-7664, Fax 707-424-2712,
- E-Mail Address
-
matthew.gross2@travis.af.mil, eric.heaton@travis.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- 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; proposals are being requested and a written solicitation will not be issued. The reference number is F3ZT936237A200; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-12 and Defense DCN 20060808. This acquisition will be a 100% small business set-aside; the North American Industry Classification System (NAICS) code is 339999. The business size standard is 500 Employees. The Federal Supply Class (FSC) is 2590. The Standard Industrial Classification (SIC) is 3714. This request for quotation consists of the following items: Item 0001: 3 each FOD Sweeper, FOD Control Corporation part #Boss-8 OR EQUAL. The Boss-8 package includes sweeper assembly, debris retention mesh, safety release towing assembly, TA-7 hitch adapter, carry/storage bag, owner?s manual, hitch extender, and choice of pintle hook adapter (for use on vehicles with standard hook pinch) or coupler adapter (for use on US Nacy tow tractors). OR EQUAL bids will be evaluated by the government to determine if they will meet the government?s requirements. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors - Commercial. FAR 52.212-2 Evaluation - Commercial Items; paragraph (a) to this provision is completed as follows: price and technical capability of the item offered to meet the Government requirement. FAR 52.212-4, Contract Terms and Conditions - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5, Contract Terms and Condition Required to Implement Statues or Executive Orders - Commercial Items (Deviation). FAR 52.204-7 Central Contractor Registration. 52.219-6, Notice of Total Small Business Set Aside. 52.222-19, Child Labor- Cooperation with Authorities and Remedies. 52.222-3 Convict Labor. 52.222-21, Prohibition of Segregated Facilities. 52.222-26, Equal Opportunity. 52.222-36, Affirmataive Action for Workers with Disabilities. 52.232-33, Payment by Electronic Funds- Central Contractor Registration. 52.233-3, Protest After Award. 52.233-4, Applicable Law for Breach of Contracts. 52.247-34, F.O.B. Destination. 52.253-1, Computer Generated Forms. FAR 52.252-2 Clauses Incorporated by Reference, with the following Internet addresses filled-in: http://www.arnet.gov/far and http://farsite.hill.af.mil; clauses may be accessed electronically in full text by going to either of these two Internet addresses. 52.252-6, Authorized Deviation in Clauses with the following fill-in: Defense Federal Acquisiton Regulation 48 CFR Chapter 2. 252.204-7004 Alt A, Required Central Contractor Registration. 252.212-7001, Contract Terms and Conditions (Deviation). 252.225-7001, Buy American Act and Balance of Payment Program. 252.225-7002, Qualifying Country Souces as Subcontractors. 252.232-7003, Electronic Submission of Payment Requsts; requests for payments must be submitted electronically through the Wide Area WorkFlow system at https://wawf.eb.mil. Vendors must be actively registered with the Central Contractor Registration (CCR). The CCR website is http://www.ccr.gov. Contractors are asked to submit their TAX ID number with their proposal. Quotes must be received at the 60th Contracting Squadron, LGCB flight, no later that 3:00 p.m. PST on September 18, 2006. Quotes may be transmitted by e-mail or to FAX number (707) 424-2712. The point of contact for this solicitation is A1C Matthew Gross, (707) 424-7724, matthew.gross2@travis.af.mil. Alternate point of contact is Eric Heaton, Contracting Officer, (707) 424-7664, eric.heaton@travis.af.mil. 9 Sept 06 Solicitation fixed to read THREE (3) each. Please quote based on 3 FOD sweepers. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (09-SEP-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AMC/60CONS/Reference-Number-F3ZT936237A200/listing.html)
- Place of Performance
- Address: 350 Hangar Avenue Bldg 549 Travis AFB, Ca
- Zip Code: 94535
- Country: UNITED STATES
- Zip Code: 94535
- Record
- SN01139019-F 20060911/060909224211 (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 |