Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2008 FBO #2362
SOLICITATION NOTICE

17 -- STAB Covers for F-15 Aircraft

Notice Date
5/13/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
 
ZIP Code
89191-7063
 
Solicitation Number
F3G2AB8114A002
 
Point of Contact
Karin A T Werner, Phone: 702-652-7022
 
E-Mail Address
karin.werner@nellis.af.mil
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This requirement F3G2AB8114A002 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-25. The NAICS for this solicitation is 336413. The size standard for a small business under this NAICS code is 1000 employees. This solicitation for 100% Small Business Set-Aside. This is a commercial request for the following equipment: 8 (eight) EACH, STAB (Stabilator) Maintenance Pad Covers for F-15 aircraft. Salient characteristics are as follows: Trailing Edge: 132 inches / Leading Edge: 87 inches, Inside edge (against the aircraft fuselage) 104 inches Outside end of cover - about 39 inches / Thickness: 3 inches / Color: RED Note: Cover should be the same size as the F-15 STAB (stabilizer) PURPOSE: To protect the STAB during routine maintenance on the jet. Pricing shall include delivery FOB destination to Nellis AFB NV 89191. Quotes should be in the following format: price for each item independently, price for combined line items, including shipping cost FOB Destination. Award Basis: Best Value. Award decision will be based upon the offer representing the best value to the government considering the following factors; price, delivery, technical capability, salient characteristics, quality, design, warranty, the award shall be made in the aggregate. Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. FAR provision 52.212-2, Evaluation Commercial Items, also applies. In addition to the price list, offerors shall submit with their offer a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items with Alternate I. The following clauses and provisions apply to this solicitation and resulting award: FAR 52.204-7, CCR; FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors; FAR 52.212-3 Alt 1, Reps & Certs; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.213-2, Advance Pay; FAR 52.219-6, Total SB set-aside; FAR 52.219-28, Post-Award SB Program Representation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor; FAR 52.222-19, Child Labor; FAR 52.222-21, Prohibit Segregated Facilities; FAR 52.222-22, Previous Contracts & Compliance Reports; FAR 52.222-25, Affirmative Action; FAR 52.222-26, Equal Opportunity; FAR 52.223-3, HAZMAT & MSDS; FAR 52.223-4, Recovered Materials Certification; FAR 52-225.13, Restriction on Foreign Purchase; FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment; FAR 52.233-1, Disputes; FAR 52.233-3, Protest After Award; FAR 52.233-4, Appl Law - Breach Contract Claim; FAR 52.246-2, Inspection of Supplies -Fixed price; FAR 52.247-34, FOB Destination; FAR 52.252-1, Provisions Incorporated by Reference; FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.252-5, Authorized Deviations in Provisions; FAR 52.252-6, Authorized Deviations in Clauses. DFAR 252.204-7003, Control of Government Workplace; DFAR 252.211-7003, Item ID & Valuation; DFAR 252.212-7001 DEV, Terms & Conditions; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFAR 252.225-7000, Buy American Cert; DFAR 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFAR 252.232-7003, Electronic Submission Payment Required; DFAR 252.232-7010, Levies on Contract Payments; DFAR 252.243-7001, Pricing of Modifications; AFFARS 5352.201-9101, Ombudsman Clause; Local Clause G-403, Submitting Invoices Electronically. All contractors must be registered in the Central Contractor Registration (CCR @ http://www.ccr.gov/) database to receive a DOD award or payment. Lack of registration in CCR will make an offeror ineligible for award. Information concerning clauses and provision incorporated by reference may be obtained at http://farsite.hill.af.mil. Please e-mail your quotes to karin.werner@nellis.af.mil or you may fax them to the attention of 1LT Karin A T Werner at 702-652-9570. Please contact 1LT Karin A T Werner with any questions/concerns at 702-652-7022. Quotes are due on or before 4:00pm, Monday, 19 May 2008, Pacific Daylight Time.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c53b5a57a36b37c43cc3bca396b8fb72&tab=core&_cview=1)
 
Place of Performance
Address: Nellis AFB, Nellis Air Force Base, Nevada, 89191, United States
Zip Code: 89191
 
Record
SN01572063-W 20080515/080513220807-c53b5a57a36b37c43cc3bca396b8fb72 (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.