SOLICITATION NOTICE
36 -- Foreign Object Debris Sweeper
- Notice Date
- 12/1/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333319
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, 88 CONS/PK, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- FE230002600011
- Archive Date
- 12/9/2010
- Point of Contact
- Kara L. Sandberg, Phone: 9375224557
- E-Mail Address
-
kara.sandberg@wpafb.af.mil
(kara.sandberg@wpafb.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for the commercial purchase of Foreign Object Debris (FOD) Sweeper 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. Purchase Order FE230002600011 is issued as a Request for Quotations (RFQ) and procurement of the required supplies is conducted as a commercial item acquisition using Simplified Acquisition Procedures (SAP) IAW FAR Part 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-46, Effective 29 Oct 2010. This acquisition is 100% set- aside for small business concerns. Only Small Businesses capable of providing the required supplies are eligible to submit a quote. The associated standard industrial classification (SIC) code is 3699 and the North American Industry Classification System (NAICS) code is 333319. The small business size standard is 500 employees. Contract financing is NOT provided for this acquisition. The RFQ has one (1) line item for Supplies. LINE ITEM 0001: FOD Sweeper (see specifications below) The Government intends to award one firm fixed price (FFP) purchase order resulting from this solicitation to the Small Business responsible offeror whose quote is the lowest price technically acceptable. The Government intends to award without discussions and the Government reserves the right not to make an award at all. The contractor shall provide all labor, facilities, transportation, services, equipment, and materials (except as identified as Government furnished) necessary to deliver the FOD Sweeper, which meets the specifications to Base Supply - Equipment, Bldg. 257, 5236 Chase St, Wright-Patterson Air Force Base (WPAFB), Ohio, 45433-5501. Contract financing is NOT provided for this acquisition. By submitting a quote, the offeror acknowledges the requirement that a potential awardee must be registered in the Central Contractor Registration (CCR) prior to award. Quotations shall be accompanied by a completed FAR 52.212-3, Representations and Certifications (Oct 2010). The Government's preference is that offerors complete their Representations and Certifications online. This can be accomplished by registering in the Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov/ and completing the on-line Representations and Certifications. Offerors shall comply with FAR 52.212-1, Instructions to Offerors - Commercial (June 2008). Offerors shall submit price quotations by entering the unit price, offered and the total price below and returning this sheet with its offer: CLIN Item Unit Quantity Unit Price Total Price 0001 FOD Sweeper Each 1 Quotations shall also include the requirements found in the Instructions to Offerors including the name, address and telephone number of the offeror's firm; point of contact's name, phone, and email address; quotation date; quotation number; any discounts; how long the quote is valid (minimum 60 days); lead time after receipt of order, warranty information etc. Payment terms shall be Net 30; however, quotations may offer discount terms for earlier payment. Quoted price shall be FOB DESTINATION. Quotations shall contain a complete description of the item offered to clearly show that the item meets or exceeds the requirements listed in the specifications. Quotations shall provide a point-by-point comparison to each item in the specifications. A general overview, general comparison, or statement such as "able to provide the requirements" or "meets or exceeds minimum requirements" is unacceptable and will not be evaluated for potential acceptance. This solicitation and resulting contract incorporates/will incorporate provisions and clauses by reference and/or full text: 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998); (the fill in portion of this clause is: http://farsite.hill/af/mil or http://www.arnet.gov/far); 52.252-2 Clauses Incorporated by Reference (Feb 1998) (the fill in portion of this clause is: http://farsite.hill/af/mil or http://www.arnet.gov/far); Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: 52.212-1, Instructions to Offerors (June 2008) [subparagraph (c) is changed to 60 days and subparagraph (e) is deleted and marked as "RESERVED"]; 52.212-2, Evaluation Factors (Jan 1999) [The evaluation factors for the fill-in portion of this provision will be handled in accordance with FAR 13.106-1 and 13.106-2. Evaluation criteria will be technical and price. Technical criteria will be pass or fail. Quote shall clearly demonstrate the offeror's capability to comply with and perform the requirements of the PWS. Technical capability is approximately equal to price in the evaluation of the quotation. Award will be based on the best value to the Government. 52.212-3, Contractor Representations and Certifications (Oct 2010); 52.212-3 (Alt 1), Contractor Representations and Certifications - Commercial Items 52.222-22, Previous Contracts and Compliance Reports (Feb 1999); 52.222-25, Affirmative Action Compliance (Apr 1984); The following Federal Acquisition Regulation clauses, either by reference or full text, apply to this acquisition: 52.212-4 Contract Terms and Conditions - Commercial Items (Mar 2009); 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Oct 2010) The clauses that are check marked as being applicable to this purchase are: - 52.219-6 Notice of Total Small Business Set-Aside (June 2003) - 52.219-28 Post-Award Small Business Program Representation (April 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 (June 1998); - 52.225-13 Restrictions on Certain Foreign Purchases (Jan 2008); and - 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003) [End Fill In For 52.212-5]; The following DFARS Clauses, either by reference or full text, apply to this acquisition: 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items (Jul 2009): [The clauses that are check marked as being applicable to this purchase are: - 252.225-7001, Buy American Act and Balance of Payments (Jan 2009); - 252.232-7003, Electronic Submission of Payment Requests (Mar 2008); and - 252.247-7023, Transportation of Supplies by Sea (May 2002) - 252.247-7023, Alt III Transportation of Supplies by Sea (May 2002) [End Fill In For 252.212-7001]; 252.225-7002, Qualifying Country Sources as Subcontractor (Apr 2003); Be advised that the following local clauses will be incorporated in full text in any resulting award. The Contracting Officer will make their full text available upon request. ASC PKO G-001, Wide Area Work Flow - Receipt and Acceptance (WAWF-RA) Electronic Invoicing and Receiving Report Instructions ASC PKO H-002, Delivery Procedures Commercial Vehicles (Aug 2005) Submit quotes, Representations and Certifications, and Central Contractor Registration information to arrive not later than 4:00 PM ESDT on 01 December 2010 to: ASC/PKOB Attn: Kara L. Sandberg 1940 Allbrook Drive, Suite 3 Wright-Patterson AFB OH 45433 Quotes, Representations and Certifications, and Central Contractor Registration information can also be e-mailed to Kara.Sandberg@wpafb.af.mil, or faxed to (937) 522-4639. Kara Sandberg, ASC/PKOB Fax is 937-257-3926 (ATTN: Kara Sandberg) E-mail is: Kara.Sandberg@wpafb.af.mil E-mail submissions must contain the subject line, "Solicitation FE230002600011, FOD SWEEPER." E-mail filters at WPAFB are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe or.zip files). Therefore, if the prescribed subject line is not included, the e-mail may not get through the e-mail filters. Also.zip or.exe files are prohibited attachments and may be deleted by the WPAFB e-mail filters. Ensure only.pdf,.doc, or.xls documents are sent as attachments to e-mail. The e-mail filters may delete any other form of attachments. SPECIFICATIONS/MINIMUM REQUIREMENTS Sweeper Assembly includes:  FOD Sweeper Mat  Debris Retention Mesh  Carry/Storage Bag  Owner's Manual  Hitch Extender  Safety Release Tow Hitch  Pintle Hook Adapter  Hitch Adaptor (standard 2" ball) Direct questions to Kara Sandberg at (937) 522-4557
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FE230002600011/listing.html)
- Place of Performance
- Address: Wright Patterson AFB, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN02336676-W 20101203/101201234608-ac4e742f5489c4aa2c579c7ef7b437b1 (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 |