Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 17, 2010 FBO #3310
SOLICITATION NOTICE

28 -- Engine Rebuild - Statement of Work - Request for Quote

Notice Date
12/15/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811111 — General Automotive Repair
 
Contracting Office
Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
F1M3T10305A001
 
Archive Date
1/8/2011
 
Point of Contact
Michael L. Graves, Phone: 8439635197, Robert R. Melton, Phone: 8439635169
 
E-Mail Address
michael.graves.13@us.af.mil, robert.melton.6@us.af.mil
(michael.graves.13@us.af.mil, robert.melton.6@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ for fire truck engine. SOW for fire truck engine rebuild COMBINED SYNOPSIS - SOLICITATION FOR COMMERCIAL ITEMS (IAW FAR 12.603 (c)) (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 & 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1M3T10305A001 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-46, effective 29 October 2010. (iv) This acquisition is 100% set-aside for small businesses. The associated NAICS code is 811111 with a $7 million size standard. (v) Contractors shall submit a lump sum quote for the rebuilding of one (1) Detroit model 8067-7840 6V92TA engine for a 1992 KME Fire Truck. All responsible sources may submit a quotation, which shall be considered. (vi) Fire Truck Engine Rebuild for Joint Base Charleston, South Carolina (See attached RFQ document). (vii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors-Commercial. (viii) FAR 52.212-2 Evaluation-Commercial Items. 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 in descending order of importance: 1.Technical capability of the item offered to meet the Government requirement. 2. Price. (ix) The clause at 52.212-4 Contract Terms and Condition-Commercial Items, applies to this acquisition. (x) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUN 2008) (Deviation) are incorporated by reference, however, the following clauses apply; FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. (xi) The following additional clauses are applicable to this procurement. • FAR 52.204-7, Central Contractor Registration • FAR 52.219-6, Notice of Total Small Business Set-Aside • FAR 52.219-28, Post Award Small Business Representation • 52.222-50, Combating Trafficking in Persons. • FAR 52.225-13, Restrictions on Certain Foreign Purchases • DFARS 252.204-7004, Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414). • DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate • DFARS 252-225.7001, BAA - Balance of Payments Program • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors • DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) • DFARS 252.246-7000, Material Inspection And Receiving Report • AFFARS 5352.223-9001, Health and Safety on Government Installations • AFFARS 5352.242-9000, Contractor Access to Air Force Installations (xii) Defense Priorities and Allocation System (xiii) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery not later than 4:00 PM Eastern Standard Time on 24 Dec 10. Requests shall be marked with solicitation number F1M3T10305A001. (xiv) Address questions to 2d Lt Michael Graves, Contract Specialist, at (843) 963-5197, fax (843) 963-5183, email: michael.graves.13@us.af.mil or Robert Melton, Contracting Officer, Phone (843) 963-5169, email: robert.melton.6@us.af.mil. Note: For more opportunities, visit http://www.selltoairforce.org, under LRAE Procurement Forecast and http://www.sba.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/F1M3T10305A001/listing.html)
 
Place of Performance
Address: 628 LRS/LGRV, 201 N Graves Ave Building 407, Joint Base Charleston - Air, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN02344712-W 20101217/101215234229-e9171672e3ce6cbebda0afa4fb45678f (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.