SOLICITATION NOTICE
38 -- D-5085 - Rock Crusher Parts - Brand Name J&A - Parts List/Specifications
- Notice Date
- 7/21/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423810
— Construction and Mining (except Oil Well) Machinery and Equipment Merchant Wholesalers
- Contracting Office
- Department of the Air Force, US Central Command Air Force/A4-LGCP, AUAB AOR CENTAF, CAOC A4 LGC (Contracting), APO, 09309
- ZIP Code
- 09309
- Solicitation Number
- D-5085
- Archive Date
- 8/20/2009
- Point of Contact
- Adam J. Heim,
- E-Mail Address
-
redhorsecontractingofficer@auab.afcent.af.mil
(redhorsecontractingofficer@auab.afcent.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The attached list has all parts that should be included in your quotation. Justification and Approval for other than full and open competition. COMBINED SYNOPSIS/SOLICITATION PURCHASE OF ROCK CRUSHER PARTS D-5085 (i) This is a combined synopsis/solicitation for a commercial item 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; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quote (RFQ). Submit written quotes (oral quotes will not be accepted) on RFQ reference number D-5085. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-34. (iv) This solicitation is unrestricted. The North American Industry Classification System (NAICS) code is 423810 with a size standard of 500 employees. (v) The purpose of this combined synopsis and solicitation is for the purchase of: CLIN0001 - Parts for Metso Model LT200 HP Rock Crusher SN# 90086 CLIN0002 - Parts for Extec Model S5 Screen Plant SN# 11991 CLIN0003 - Parts for Metso Model LT106 Rock Crusher SN# 90070 CLIN0004 - Delivery within 4 weeks of award to: 436 Aerial Port Squadron 550 Atlantic Street Dover AFB, DE 19902 * Please view attached specifications for additional details of CLINs 0001 - 0003* Additional Requirements: Quotes shall be provided as F.O.B. Destination, and shall also include delivery date and warranty information. Each CLIN should be Brand Name parts. (See attached Brand Name Justification Memo) (vi) The following clauses and provisions apply to this solicitation and are included by reference: 52.203-3 Gratuities (Apr 1984) 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) 52.211-6 Brand Name or Equal (Aug 1999) 52.212-1 Instructions to Offerors -- Commercial Items (Jun 2008) 52.212-4 Contract Terms and Conditions -- Commercial Items (Mar 2009) 52.222-50 Combating Trafficking in Persons (Feb 2009) 52.225-14 Inconsistency Between English Version and Translation of Contract (Feb 2000) 52.232-23 Assignment of Claims (Jan 1986) 52.232-34 Payment by Electronic Funds Transfer (May 1999) 52.233-1 Disputes (July 2002) 52.233-3 Protest After Award (Aug 1996) 52.247-34 F.O.B. - Destination (Nov 1991) 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country (Dec 2006) 252.225-7041 Correspondence in English (Jun 1997) 252.232-7008 Assignment of Claims (Overseas) (Jun 1997) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.233-7001 Choice of Law (Overseas) (Jun 1997) 252.247-7023 Alt I Transportation of Supplies by Sea (May 2002) (vii) The following clauses and provisions apply to this solicitation and are included in full text: 52.212-2 EVALUATION - COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Lowest price technically acceptable (ability to meet specifications) (CLINs 0001 - 0003) (ii) Delivery time (CLIN 0004) (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (APR 2006) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause. (i) 52.219-8, Utilization of Small Business Concerns (May 2004)(15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998)(29 U.S.C. 793). (v) 52.222-39, Notification of Employee rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965, as Amended (Jul 2005), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.) (vii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006)(46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64, (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) 52.252-6 Authorized Deviations in Clauses (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chap 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JAN 2007) (DEVIATION) (a) In addition to the clauses listed in paragraph (b) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5 (JUN 2006) (DEVIATION), the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.225-7014 Preference for Domestic Specialty Metals, Alternate I (APR 2003) (10 U.S.C. 2533a). 252.237-7019 Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Pub. L. 108-375). 252.247-7023 Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631) 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631) (End of clause) 5352.201-9101 OMBUDSMAN (Aug 2005) (a) MAJCOM and DRU commanders shall appoint an experienced senior official who is independent of the contracting officer and program manager as the ombudsman at their MAJCOM/DRU. For AFMC and AFSPC Centers, an ombudsman is required at each Center, instead of at the MAJCOM. (b) The ombudsman will have the authority to call upon other resources of the activity to assist in resolving acquisition issues or concerns (e.g. administrative support, independent review teams). (c) Contracting officers shall identify the ombudsman in the initial announcement of the acquisition as well as in the draft and final RFP. (d) The ombudsman shall: (1) Support acquisition personnel in the resolution of issues or concerns raised by interested parties; (2) Act in a manner that does not compromise the interested party and, if requested, maintain anonymity of the parties. (3) Avoid any appearance of usurping normal procurement authority (e.g., program manager, contracting officer, and source selection authority); (4) Ensure all affected or knowledgeable offices and officials are consulted as part of any resolution process; (5) Inform the commander, as required, of issues raised and actions taken; for AFMC and AFSPC centers, report only to the Center Commander, Laboratory Commander/Director, or PEO; and for other MAJCOM/DRUS, report only to the MAJCOM CC or PEO; (6) Review complaints relative to multiple-award task and delivery order contracts awarded under 10 U.S.C. 2304a(d)(1)(B) or 2304b(e) to ensure that all contractors are afforded a fair opportunity to be considered for task and delivery orders in excess of $2,500, consistent with the procedures in the contract; (7) Consistent with security requirements, have access to the appropriate offices and be allowed to collect all facts relevant to the resolution of issues raised by interested parties. Ombudsmen are granted access to proprietary information. Source selection information must be obtained through the source selection authority. (e) The Ombudsman Program does not replace the agency level protest, GAO bid protest or disputes processes. (f) The Air Force ombudsman is the Associate Deputy Assistant Secretary (ADAS) (Contracting), who may take action to assist in resolving issues, concerns, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, or for those having Air Force wide implications. (g) Government personnel may use the Ombudsman Program as a way to express concerns about an acquisition. The ombudsman contact information is: Director of Contracting CAOC/A7K DSN (318) 436-4113 Commercial 011-974-458-9555, dial ext 436-4113 at voice prompt E-mail: mu_affor.a7komb@auab.afcent.af.mil (End of clause) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates 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/these address(es): http://farsite.hill.af.mil http://ww.arnet.gov/far/ http://www.acq.osd.mil/dp/dars/dfars/html http://www.wdol.gov/ (End of clause) 5352.223-9000 ELIMINATION OF USE OF CLASS I OZONE DEPLETING SUBSTANCES (ODS) (APR 2003) (a) Unless the requiring activity has obtained prior Senior Acquisition Official (SAO) approval, contractors may not: (1) Provide any service or product with any specification, standard, drawing, or other document that requires the use of a Class I ODS in the test, operation, or maintenance of any system, subsystem, item, component, or process; or (2) Provide any specification, standard, drawing, or other document that establishes a test, operation, or maintenance requirement that can only be met by use of a Class I ODS. [Note: This prohibition does not apply to manufacturing.] (b) For the purposes of Air Force policy, the following products that are pure (i.e., they meet the relevant product specification identified in AFI 32-7086) are Class I ODSs: (1) Halons: 1011, 1202, 1211, 1301, and 2402; (2) Chlorofluorocarbons (CFCs): CFC-11, CFC-12, CFC-13, CFC-111, CFC-112, CFC-113, CFC-114, CFC-115, CFC-211, CFC-212, CFC-213, CFC-214, CFC-215, CFC-216, and CFC-217, and the blends R-500, R-501, R-502, and R-503; and (3) Carbon Tetrachloride, Methyl Chloroform, and Methyl Bromide. [NOTE: Material that uses one or more of these Class I ODSs as minor constituents do not meet the Air Force definition of a Class I ODS.] (c) The requiring activity has obtained SAO approval to permit the contractor to use the following Class I ODS(s): NONE (d) The offeror/contractor is required to notify the contracting officer if any Class I ODS that is not specifically listed above is required in the test, operation, or maintenance of any system, subsystem, item, component, or process. (End of clause) 5352.223-9001 HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (JUN 1997) (a) In performing work under this contract on a Government installation, the contractor shall: (1) Comply with the specific health and safety requirements established by this contract; (2) Comply with the health and safety rules of the Government installation that concern related activities not directly addressed in this contract; (3) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (4) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. (End of clause) (viii) Please furnish quote No Later Than 12:00pm local (+3:00 GMT) on 5 Aug 09 via email to redhorsecontractingofficer@auab.afcent.af.mil. In Accordance with FAR 15.208, LATE QUOTES WILL NOT BE ACCEPTED OR EVALUATED. (ix) Attachments: 1) Attachment 1 - Specifications (11 pages) 2) Attachment 2 - Brand Name J&A (3 pages)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USCENTAF/CAOCA4/D-5085/listing.html)
- Place of Performance
- Address: 436 Aerial Port Squadron, 550 Atlantic Street, Dover AFB, DE 19902, Dover, Delaware, 19902, United States
- Zip Code: 19902
- Zip Code: 19902
- Record
- SN01883051-W 20090723/090722002417-712a8d15db81c666449bf16b0983b6a0 (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 |