Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2009 FBO #2803
SOLICITATION NOTICE

23 -- Animal Transportation Van

Notice Date
7/28/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336112 — Light Truck and Utility Vehicle Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
F4FBAR9169A001
 
Archive Date
8/22/2009
 
Point of Contact
Michael A Lovano, Phone: 937-522-4590
 
E-Mail Address
michael.lovano@wpafb.af.mil
(michael.lovano@wpafb.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 Federal Acquisition Requirements (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 solicitation number for this requirement is F$FBAR916A001 and is hereby issued as a Request for Quote (RFQ) using FAR Subpart 13.1 Simplified Acquisition Procedures. The 88th Contracting Squadron, Wright-Patterson Air Force Base, Ohio intends to award a firm-fixed-price contract for the following requirement: CLIN 0001: 1 Each - New Animal Transport Van. BODY MATERIAL ALUMINUM, The floor needs to be aluminum to deal with anmial waste for easy cleanup. 8 CYLINDER. BATTERY 1 each. WHEEL QUANTITY 4 each. DRIVE WHEEL QUANTITY 2 each. PRIME MOVER TYPE GASOLINE ENGINE. BATTERY VOLTAG RATING IN VOLTS 12.0. TRANSMISSION TYPE AUTOMATIC. FEATURES PROVIDED AIR CONDITIONING AND HEAVY DUTY COOLING SYSTEM AND INSULATED AND POWER STEERING. DRIVE AXLE LOCATION REAR. AXLE DRIVE TYPE CONVENTIONAL. AXLE SPEED QUANTITY 1 each. REAR WHEEL MOUNTING TYPE DUAL. CAB TYPE CONVENTIONAL. CAB ROOF TYPE CLOSED. CARGO AREA NOMINAL LENGTH 120.00 INCHES. CARGO AREA NOMINAL WIDTH 85.00 INCHES. CARGO AREA NOMINAL HEIGHT 76.00 INCHES. CARGO DOOR LOCATION REAR FACING. The animals will be carried in cargo cages provided by pest control. CAB DOOR QUANTITY 2 each. FUNCTIONAL DESCRIPTION BASE MAINTENANCE. The base will provide vehicle maintenance. This acquisition is under North American Industry Classification System code 336112 Light Truck and Utility Vehicle Manufacturing, with a small business size standard of 1,000 employees. Please identify your business size in your response based upon this standard. 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. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-34, Defense Acquisition Circular (DAC) 91-13 Correction and Air Force Acquisition Circular (AFAC) 200903-18. The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant purchase order: FAR 52.212-1, Instructions to Offerors-Commercial Items, and any addenda to the provision as listed in this notice; FAR 52.212-2, Evaluation-Commercial Items-(Award will be made based upon best value to the government); The evaluation criteria will be based on Lowest Price Technically Acceptable (LPTA). FAR 52.212-3, Offeror Representations and Certifications-Commercial Items- (Offeror must complete the representation 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 certificates electronically at http://orca.bpn.gov ); FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-28 Post Award Small Business Program Representation FAR 52.222-3, Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.247-4, F.o.b. Destination; FAR 52.252-1, Solicitation Provisions Incorporated by Reference http://farsite.hill.af.mil FAR 52.252-2, Clauses incorporated by Reference (http://farsite.hill.af.mil ); FAR 52.252-3, Alterations in Solicitation; DFARS 252.211-7003 Item Identification and Valuation DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.225-7001 Buy American Act and Balance of Payments Program DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications; AFFARS 5352.201-9101 Ombudsman (August 2005). To view the provisions and clauses in full text, visit the web site: 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 or indicate it is available at the ORCA website. No telephonic quotes will be processed. All responses must be received no later than 4:30 P.M., Eastern Standard Time on 7 August 2009. Please send any questions and quotes to TSgt Michael Lovano at michael.lovano@wpafb.af.mil. You may also call POC at (937) 522-4590. The Contracting Officer on this requirement is Mr. Daniel Lyons and he can be contacted at (937) 522-4516.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/F4FBAR9169A001/listing.html)
 
Place of Performance
Address: 711 HPW/RHPV, Bldg 838, Area B, Wright Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN01890070-W 20090730/090729000104-a82a53373a2fa857f22e65cda34dc076 (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.