Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2009 FBO #2840
SOLICITATION NOTICE

W -- Warehouse Material Handling Equipment - Description of Services - Bid Schedule

Notice Date
9/1/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532412 — Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-10-R-0001
 
Point of Contact
Janet J Sheehan, Phone: 315-330-2001
 
E-Mail Address
janet.sheehan@rl.af.mil
(janet.sheehan@rl.af.mil)
 
Small Business Set-Aside
HUBZone
 
Description
Bid Schedule Description of Services This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotes are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. NOTE: FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS CONTRACT. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Office for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. Solicitation FA8751-10-R-0010 is issued as a "REQUEST FOR QUOTATION (RFQ)". This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20090825. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as Hubzone business under NAICS code 532412 and small business size standard $7,000,000. The contractor shall provide the following items on a firm fixed price basis: Rental of warehouse material handling equipment for a period of one base year and two option years for the Air Force Research Laboratory (AFRL), Rome Research Site per the attached description of services. The period of performance is 1 October 2009 through 30 September 2010 with two option years. The place of delivery, acceptance and FOB Destination Point is AFRL, Rome Research Site, Rome, NY. Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. Instructions for Offerors Written quotes are due at or before 3:00 PM, 15 September 2009. Please use the attached bid schedule in submitting your quotes. Email to Janet.Sheehan@rl.af.mil. Submit a technical description of the items being offered. Submit past performance information to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information). Central Contractor Registration (CCR) and Online Representation and Certifications Application (ORCA). To be eligible to receive a contract award from a Department of Defense activity, you must be registered in the DOD Central Contractor Registration (CCR) Database. To register for CCR, access the CCR homepage at http://www.ccr.gov and the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. Basis for Award The government will award a firm fixed price contract in accordance with Simlified Acquisition Procedures resulting from this solicitation to the responsible and capable offeror based on price and on offeror's past performance, both of equal value. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (MAR 2009), applies to this acquisition. The provision at 52.217-5, Evaluation of Options (Jul 1990) applies to this solicitation as follows: "Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). The clause at 52.217-8, Option to Extend Services (Nov 1999) applies to this acquisition. The Contracting Officer may exercise the option by written notice to the Contractor prior to the expiration of the contract. The clause at 52.217-9, Option to Extend the Term of the Contract (Mar 2000) applies to this acquisition as follows: "(a) The Government may extend the term of this contract by written notice to the Contractor provided that the Government gives the Contractor a preliminary written notice of its intent to extend before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 42 (months). The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (JUN 2009), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) 52.219-28, Post Award Small Business Program Representation (April 2009) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Apr 2009) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-18, Availability of funds (Apr 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Office for this contgract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. 52.232.30, Installment Payments for Commercial Items (Oct 1995) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2009), applies to this acquisition. The following additional FAR and DFARs clauses cited in the clause are applicable to this acquisition: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (JAN 2009) 252.225-7001 Buy American Act and Balance of Payments Program (JAN 2009) 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings (MAR 2006) 252.232-7003 Electronic Submission of Payment Requests (MAR 2008) 252.247-7023 Transportation of Supplies by Sea (MAY 2002) (____Alternate III) (MAY 2002) 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) The following additional DFARs provisions and clauses also apply: 252.225-7000, Buy American Act--Balance of Payments Program Certificate (JAN 2009) 252.232-7010, Levies on Contract Payments (Dec 2006) 5352.201-9101, OMBUDSMAN (AUG 2005) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Karen Sue Hunter, Building 15, Room 225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-255-7754. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause. All responsible organizations may submit a proposal, which shall be considered. Point of Contact Janet Sheehan, Contract Specialist, Phone 315-330-2001, FAX, 315-330-8115, Email Janet.Sheehan@rl.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-10-R-0001/listing.html)
 
Record
SN01936557-W 20090903/090902010755-69245f883f30ade3d84d0719cc179377 (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.