SOLICITATION NOTICE
61 -- C-17 Aircraft Battery Cells - Letter with Details of Requirements
- Notice Date
- 12/2/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335911
— Storage Battery Manufacturing
- Contracting Office
- Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
- ZIP Code
- 94535-2632
- Solicitation Number
- F3ZT900307A001
- Archive Date
- 12/24/2010
- Point of Contact
- Nancy J. Crowell, Phone: 7074247775, Josephine G Cobb, Phone: (707) 424-7720
- E-Mail Address
-
nancy.crowell.1@us.af.mil, josephine.cobb@us.af.mil
(nancy.crowell.1@us.af.mil, josephine.cobb@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This letter provides details concerning the requirements 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. This announcement constitutes the only solicitation and is unrestricted. Proposals are being requested and a written solicitation will not be issued. The solicitation number is F3ZT900307A001 and is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-46 effective 29 Sep 10; Defense DCN 20101112 Edition, and AFAC 2010-1027 effective 27 Oct 10. The North American Industry Classification System (NAICS) code is 335911. The business size standard is 500 employees. The Standard Industrial Classification (SIC)/Federal Supply Class (FSC) is 6135. Travis AFB has a requirement for aircraft battery cells: CLIN: 0001-AA: CELL, C-17 BATTERY NSN: 6140-01-521-8584 (See "Clause FAR 52.212-2 Evaluation" below). Qty: 240 EA CLIN: 0002-AA: Shipping/handling; Qty: 1 EA See attached letter describing requirements. Delivery is to Travis AFB, CA 94535 Award shall be made in the aggregate, all or none. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in: FAR 52.203-3, Gratuities; FAR 52.203-6, Restrictions on Subcontractors; FAR 52.204-4, Printed on Copied Double Sided or Recycled Paper; FAR 52.212-1, Instructions to Offerors -- Commercial Items; FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement is that it must meet the description above and (ii) price; FAR 52.212-3, Alt 1 Offeror Representations and Certifications - Commericial Items FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-28, Post-Award Small Business Program 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 52.222-35, Equal Opportunity for Disabled Veterans FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-3, Hazardous Materials; FAR 52.233-4, Applicable Law for Breach of Contracts; FAR 52.252-2, Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil; FAR 52.252-6, Authorized Deviation in Clauses, with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2.; DFARS 252.204-7003, Control of Government Personnel Work Products; DFARS 252.209-7001, Disclosure of Ownership or Controlled by the Gov't; DFARS 252.209-7004, Subcontracting with Firms that are Owned or Controlled; DFARS 252.212-7000, Offeror Representations & Certifications - Comm'l Items; DFARS 252.212-7001, (Dev) Contract Terms and Conditions; DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.225-7012, Preference for Certain Domestic Commodities; DFARS 252-232-7003, Electronic Submission of Payment Requests; DFARS 252.247-7023, Alt III Transportation of Supplies by Sea; AFFARS 5352.201-9101 Ombudsman. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please submit questions via email to nancy.crowell.1@us.af.mil or fax to 707-424-5189 NO LATER THAN 3 Dec 2010, 4:00 PM, PST and offers NO LATER THAN 8 Dec 2010, 4:00 PM, PST. Please include the following information on your offer: Tax ID #, DUNS Code, CAGE Code, any discounts offered and delivery date. Verbal requests will not be accepted. Offerors must provide written acknowledgement of any and all amendments to this solicitation with your offer. Otherwise, offer may not be considered for award. Point of contact is Nancy Crowell, Contract Specialist, telephone 707-424-7775. Alternate POC is Elizabeth Squires, Contracting Officer, telephone 707-424-7761.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F3ZT900307A001/listing.html)
- Place of Performance
- Address: 60MXS Accessories Flight, 130 Boyles St., Bldg 819, Travis AFB, California, 94535, United States
- Zip Code: 94535
- Zip Code: 94535
- Record
- SN02337547-W 20101204/101202234424-a877630769ad32244b9106547f58f26a (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 |