SOLICITATION NOTICE
38 -- FOD Sweeper
- Notice Date
- 5/23/2007
- Notice Type
- Solicitation Notice
- NAICS
- 423810
— Construction and Mining (except Oil Well) Machinery and Equipment Merchant Wholesalers
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Laughlin AFB Contracting Squadron, 171 Alabama Ave Bldg 7, Laughlin AFB, TX, 78843-5102, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-F2R2C17095A100
- Response Due
- 5/31/2007
- Archive Date
- 6/15/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Requirements (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. Solicitation number F2RC17095A100 is hereby issued as a Request for quotation (RFQ) using FAR Subpart 13.1 Simplified Acquisition Procedures. This is a ?brand name or equal? requirement in accordance with (IAW) FAR provision 52.211-6 ?Brand Name or Equal?, (Aug 1999). CLIN 0001: FOD*BOSS Rapid Response Sweeper, Part # BOSS-8 Package or an equal item. Method of operation: Will be completely self contained and will operate using ?Friction Sweeping? method. Towing vehicle will activate unit operation. Sweeping width: not less than 8 feet. Overall dimensions: (in operation mode) 8'X 5' X 2". Portable: unit weight not to exceed 80LBS. Unit will be collapsible and have carry/transport bag to provide for immediate deployment on site, or for air or truck shipment to other locations. Must have ability to be hand carried to operation locations for set up and operated by one person. Performance: equipment will be capable of sweeping 1 million square feet per hour of operation. Sweeping speed range: minimum five miles per hour, w/ maximum operating speed no more than 25 miles per hour. It also must have 95+% debris capture rate. Operations manual: will have operation instructions and maintenance manual; Qty: 2 Ea CLIN 0002: Hitch Lifter, HL-13 or equal item. The hitch lifter provides additional vertical attachment points for the hitch assembly; Qty: 2 Ea Delivery on or before 15 Jun 07. Provide FOB Destination pricing This acquisition is 100% Small Business Set-Aside and is under North American Industry Classification System code 423810 with a small business size standard of 100 employees. Please identify your business size in your response based upon this standard. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16, effective 22 March 2007 and Class Deviation 2005-o0001 and the Defense Federal Acquisition (DFARS) Change Notice 20070426. It is the offeror?s responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions may be accessed via the Internet at website http://farsite.hill.af.mil. The following clauses and provisions are incorporated and are to remain in full force in any resultant purchase order: FAR 52.211-6, Brand Name or Equal (Aug 1999); FAR 52.212-1, Instructions to Offerors-Commercial Items (Jan 2006), and any addenda to the provision as listed in this notice; FAR 52.212-2, Evaluation-Commercial Items (Jan 1999) (Award will be based upon lowest price technically acceptable); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Jun 2006) (Offeror must complete the representations and certifications and submit with offer. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov); FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Sep 2005), and any addenda to the provision as listed in this notice; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders --Commercial Items (Mar 2007) (DEVIATION); FAR 52.219-6, Notice of Total Small Business Set-Aside (June 2003); FAR 52.204-7, Central Contractor Registration (Jul 2006); FAR 52.222-3, Convict Labor (Jun 2003); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2006); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Apr 2002); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun1998); FAR 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006); FAR 52.232-33, Payment by Electronic Funds Transfer_Central Contractor Registration (Oct 2003); 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 52.252-3, Alterations in Solicitation (Apr 1984); FAR 52.252-4, Alterations in Contract (Apr 1984); FAR 52.253-1Computer Generated Forms (Jan 1991); DFARS 252.204-7004 Alternate A (Nov 2003); DFARS 252.204-7003, Control of Government Personnel Work Product (Apr 1992); DFARS 252.211-7003, Item Identification and Valuation (Jun 2005); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2006); DFARS 252.225-7000, Buy American Act--Balance of Payments Program Certificate (Jun 2005); DFARS 252.225-7001, Buy American Act and Balance of Payments Program (Jun 2005); DFARS 252.232-7003, Electronic Submission of Payment Requests (May 2006); DFARS 252.232-7010, Levies on Contract Payments (Dec 2006); DFARS 252.243-7001, Pricing of Contract Modifications (Dec 1991); DFARS 252.247-7023 Alt 3, Transportation of Supplies by Sea (May 2002); The following clauses are incorporated and amended as follows: FAR 52.252-1, Solicitation Provisions Incorporated by Reference is amended to include Internet address: http://farsite.hill.af.mil. (Feb 1998); FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) (http://farsite.hill.af.mil); FAR 52.252-5, Authorized Deviations in Provisions is amended in paragraph (a) to add ?Department of Defense Federal Acquisition Regulation? Chapter 2 (Apr 1984); FAR 52.252-6, Authorized Deviations in Clauses is amended in paragraph (b) to add ?Department of Defense Federal Acquisition Regulation? Chapter 2 (Apr 1984);AFFARS 5352.201-9101, Ombudsman (Aug 2005) (Maria G. Beckett, Chief, Business Operations Branch, AETC/A7KB, 2035 1st Street West, Ste 1, Randolph AFB TX 78150-4304, phone (210) 652-7905, facsimile (210) 652-8348, Lupe.Beckett@randolph.af.mil.) In Accordance with DFARS 252.232-7003, Invoicing and payments must be made utilizing the Wide Area Work Flow (WAWF) - To register and submit invoice go to https://wawf.eb.mil. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. This purchase will incorporate one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. A Firm-Fixed Price purchase order will be issued in writing to the successful offeror. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the Central Contractor Registration. To register you may call 1-888-227-2423 or apply via the Internet at http://www.ccr.gov. The quote format is at the discretion of the offeror. Include FAR 52.212-3, Offer Representation and Certification with Offer. No telephonic responses will be processed. All responses must be received no later than 12:00 P.M., Central Standard Time on 31 May 2007. Please send quotes to Amn Rachel I. Robinson by fax at (830) 298-4178 or by e-mail rachel.robinson@laughlin.af.mil. If you have any questions please call (830) 298-5280 or send an e-mail to the above address. You may also contact the alternate POC, TSgt Horrigan, at (830) 298-4711, or by e-mail shawn.horrigan@laughlin.af.mil.
- Place of Performance
- Address: 171 Alabama Ave, Laughlin AFB, TX
- Zip Code: 78843-5102
- Country: UNITED STATES
- Zip Code: 78843-5102
- Record
- SN01301282-W 20070525/070523225220 (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 |