SOLICITATION NOTICE
61 -- Ground Support Equipment: DC Power Cable
- Notice Date
- 11/30/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335931
— Current-Carrying Wiring Device Manufacturing
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Columbus AFB, Contracting Squadron, 555 Seventh Street, Suite 113, Columbus AFB, Mississippi, 39710-1006
- ZIP Code
- 39710-1006
- Solicitation Number
- F1N2EA9321A001
- Archive Date
- 12/19/2009
- Point of Contact
- Mary L Moseley, Phone: 6624347767, MSgt Eric W. Heaton, Phone: (662) 434-7784
- E-Mail Address
-
mary.moseley@columbus.af.mil, eric.heaton@columbus.af.mil
(mary.moseley@columbus.af.mil, eric.heaton@columbus.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation, Part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and is issued as a Request for Quotation (RFQ). Proposals are being requested and a written solicitation will not be issued. Funds are currently available. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37. This is a 100% full and open acquisition. The North American Industry Classification System (NAICS) code is 335931. The business size standard is 500 employees. This notification, F1N2EA9321A001, announces Columbus Air Force Base's intent to purchase the item listed: 12 ea. DC output cable, 40 ft., manufacturer Hobart Ground Power, part number 402025-004 or equal, MIL-STD 90347. The DC cable assembly must be compatible with the existing Hobart Ground Power solid state transformer-rectifier, series 6732A-3, model 6T28-400CL, 460 volt, 3-phase, 60 Hz. Any "or equal" item must follow instructions in FAR 52.211-6. FAR 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Specifically, FAR 52.212-1, Instructions to Offerors - Commercial Items, 52.212-2, Evaluation-Commercial Items (Meeting technical specification, price and delivery within 5 weeks will be the evaluation factors): FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and the clause at FAR 52-212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. 52.247-34, F.O.B. Destination and 52.252-2, Clauses incorporated by reference apply to this acquisition. Additionally, the following FAR clauses cited in 52.212-5 are applicable; 52.222-3, Convict Labor: 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332); 52.222-41, Service Contract Act; 52.222-42 Statement of Equivalent Rates for Hires (29 U.S.C.206 and 41 U.S.C. 351, et seq.) and 52.225-1, Buy American Act-Supplies. The following DFARS clauses also apply to this acquisition: 252.204-7004 Required Central Contracting Registration; 252.212-7001, Contract Terms & Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items. Specifically, the following clauses cited in DFARS 252.212-7001 apply: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance of Payments Program and 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. Contractor must be registered in Central Contractor Registration (CCR) prior to award. If not already registered in CCR, go to WWW.CCR.GOV or by calling 1-888-227-2423 to register prior to submitting quote. Offerors shall be registered and complete the Offerors Representation and Certification Application (ORCA) homepage at http://orca.bpn.gov for award to be made. Offers are due 9 a.m. CST Friday, 7 Dec 2009. Quotations must be good for 60 days from day of quotation. Delivery is FOB: destination, to Columbus AFB, MS. Quotes should be submitted via fax to number (662) 434-7753, or by email (preferred) to: mary.moseley@columbus.af.mil. Contact Mary Moseley, Contract Specialist, at (662) 434-7767 or Roger Thompson at (662) 434-7761 for additional information needed to quote on the above stated.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/ColAFBCS/F1N2EA9321A001/listing.html)
- Place of Performance
- Address: Columbus Air Force Base, Columbus, Mississippi, 39710-1006, United States
- Zip Code: 39710-1006
- Zip Code: 39710-1006
- Record
- SN02012946-W 20091202/091130234702-99174ef3fb5162d2d896198466b23eac (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 |