SOLICITATION NOTICE
62 -- Compact Fluorescent Lamps
- Notice Date
- 9/8/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335110
— Electric Lamp Bulb and Part Manufacturing
- Contracting Office
- Department of the Air Force, Air Combat Command, AMIC CONTRACTING OFFICE, 11817 CANON BLVD, LANGLEY AFB, Virginia, 23606-4516, United States
- ZIP Code
- 23606-4516
- Solicitation Number
- FA4890-09-T-0032
- Archive Date
- 9/29/2009
- Point of Contact
- Tay Ashford, Phone: 757-225-7662, Phillip Nease, Phone: 757-225-7699
- E-Mail Address
-
tay.ashford@langley.af.mil, phillip.nease@langley.af.mil
(tay.ashford@langley.af.mil, phillip.nease@langley.af.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- This requirement is 100% Service Disabled Veteran Owned Small Business Set-Aside. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. It is the government's intention to award this requirement using FAR Subpart 13.5 procedures. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ). The solicitation document, incorporated provision and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-36, Effective 11 August 2009. Prospective offerors must be CCR registered and must complete the ORCA on-line representation or provide a copy of their representation and certification as required by FAR Clause 52.212-3. The North American Industry Classification System (NAICS) is 335110. The Size Standard is 1000 employees. 1. Description: This requirement is for 12,500 each 13 watt Compact Florescent Lamps (CFLs) and 6,800 each 25 watt CLF's. The Government requests brand name or equal. If providing an "or equal" item, the quote must state that the item is an "or equal" and must be accompanied with descriptive literature and/or specifications including manufacturer name and part number. The Salient characteristics for the CFL's are noted on the bid schedule at Attachment 1. The prospective offeror has the responsibility to ensure that any "or equal" items proposed are bonafide "or equals" to the items requested. 2. Delivery: 45 days After Receipt of Award. FOB Destination. Provide proposed delivery schedule for each base location. Shipments must be properly packaged to eliminate damage during shipment (i.e. wrapped protected on corners). Attachment 2 identifies the delivery locations, the POC's and quantities for each AF Installation. Prices must be submitted based on FOB Destination prices. 3. EVALUATION: Award will be made on the basis of the lowest price of proposals meeting or exceeding the salient characteristics. Contractor shall insert pricing on the bid schedule at Attachment 1. The following provisions and clauses are applicable but are not all inclusive: a. 52.211-6 Brand name or Equal b. 52.212-1 Instructions to Offerors - Commercial c. 52.212-2 Evaluation - Commercial Items; (a) evaluation will be based on price and proposals that meet or exceed the salient characteristics. d. 52.212-3 Offeror Representations and Certifications. Please include a completed copy of the 52.212-3 or complete Reps & Certs at https://orca.bpn.gov/ e. 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial items (DEVIATION). f. 52.214-4 Contract Terms and Conditions - Commercial Items g. 52.219-1 Small Business Program Representations h. 52.219-27 Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside i. 52.247-34 F.O.B. Destination j. 52.252-1 Solicitation Provisions Incorporated by Reference k. 52.252-2 Clauses Incorporated by Reference. l. 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items m. 252.232-7010 Levies on Contract Payments n. 252.246-7000 Material Inspection and Receiving Report The clause at AFFARS 5352.201-9101, Ombudsman also applies. (Ombudsman for this acquisition is Mr. Eric Thaxton, 129 Andrews St., Suite 136, Langley AFB, 23665-2769, phone number (757) 764-5371, email address: eric.thaxton@langely.af.mil. 4. Commercial Warranty applies: Please state the commercial warranty terms within your quote along with identifying and additional warranty information that is applicable. 5. GSA or Open Market Please indicate if your quote is open market or on the GSA Schedule (provide specific Schedule number and expiration date). 6. The Government reserves the right to add addition quantities to this requirment. The Government intends to include an optional CLIN to increase quantities to maximize available funding at time of award. 7. Quotes will be accepted via email only.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/AACCONS/FA4890-09-T-0032/listing.html)
- Place of Performance
- Address: Multiple Deliveries, See Attachment 2 for delivery locations, point of contact and quantities for each AF Installation, United States
- Record
- SN01944880-W 20090910/090909083346-ca63185171fdbacec096f4e4d4a34805 (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 |