Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2011 FBO #3458
MODIFICATION

81 -- ISU-90 Dive Lockers

Notice Date
5/12/2011
 
Notice Type
Modification/Amendment
 
NAICS
332439 — Other Metal Container Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238
 
ZIP Code
32925-3238
 
Solicitation Number
FA2521-11-Q-B016
 
Archive Date
6/26/2011
 
Point of Contact
John M. Van Patten, Phone: 3214947092
 
E-Mail Address
john.vanpatten@patrick.af.mil
(john.vanpatten@patrick.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number FA2521-11-Q-B016 shall be used to reference any written quote / proposal provided under this request for quote/proposal. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50. This is an unrestricted acquisition. The North American Industry Classification System (NAICS) code for this requirement is 332439 with a size standard of 500. Item Description Qty Unit 0001 Green ISU-90 EO 3 Door Dive Locker, modified* 1 ea (Original equipment manufacturer is AAR Mobility Systems. P/N 56107847) 0002 Tan ISU-90 EO 3 Door Dive Locker, modified* 2 ea (Original equipment manufacturer is AAR Mobility Systems. P/N 56207847) 0003 Delivery Charges *Modifications for both units include the following: - Two (2) doors on one 88" end. - One (1) door on opposite 88" end. - Divider offset toward the 2 door end. - Two (2) factory installed 59" high x 30" wide x 27 ¾" deep 10 drawer cabinets without overhead cabinets located on the 2 door end. - One (1) factory installed 79" high x 60" wide x 27 ¾" deep 6 drawer cabinet with overhead located on the LH side of the 1 door end. It will include (2) Model 90 (13.25") drawers, (1) Model 70 (10.125") drawer, and (3) Model 30 (3.875") drawers. - One (1) factory installed hanger bar located approximately 2" from the ceiling and 13" from the wall of the RH side of the 1 door end. - One (1) hinged wood top workstation, securable in up and down positions supported with (2) collapsible legs, located on the RH side of the 1 door end. The support box is removed to provide clearance for the cabinet drawers. - Three (3) rolling scuba tank storage units, capable of holding 6 tanks each, stored below the workstation. Each unit has lockable wheels and bumper rail to prevent shifting and is secured by ratchet style straps during transport. Estimated Delivery Time: 60 days ADC FOB: Destination Ship to address: 308th RQS/DOPJ, Patrick AFB, FL 32925 RFQ due date: 11 June 2011 RFQ due time: 1:00 PM EST Fax RFQ to 321-494-5136 or email to john.vanpatten@patrick.af.mil or mail to: 45th Contracting Squadron Attn: FA2521-11-Q-B016 1201 Edward H. White II Street, MS 7200 Patrick AFB, FL 32925-3238 Verbal quotes are not acceptable. All questions regarding this solicitation must be emailed to john.vanpatten@patrick.af.mil or faxed to 321-494-5136 by 1:00 PM, 9 June 2011. All companies must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. All companies must be registered in the Central Contractor Registration Database at www.ccr.gov in order to be considered for award. The Government will not provide contract financing for this acquisition. WAWF instruction shall be provided at time of award. FAR Provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. FAR Provision 52.212-2, Evaluation -- Commercial Items, applies to this acquisition and the following evaluation is applicable: Award will be made to the lowest priced, technically acceptable offer that meets the salient characteristics. Pursuant to FAR 12.602 contract award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106. Offeror's submissions will be evaluated based upon price, and ability to fulfill the requirement. Please ensure that any submission made in response to this solicitation contains adequate information to allow for government evaluation in accordance with the above criteria. FAR Provision 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its Alternate I, applies to this acquisition. All vendors must be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov)) at the time of Quote submittal. FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition with the following Addendum: Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (DEV), additionally, the following FAR clauses cited in 52.212-5 are applicable: 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor---Cooperation with Authorities and Remedies. 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-50 Combat Trafficking 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer--Central 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim The following AFFARS clause is applicable to this solicitation: AFFARS 5352.201-9101 Ombudsman with the following fill-in: HQ AFSPC/A7K, Contracting Division, 150 Vandenberg St. Ste 1105, Peterson AFB CO 80914-4350, Phone: 719-554-5250, Email: AFSPC.A7K@peterson.af.mil. AFFARS 5352.242-9000, Contractor Access to Air Force Installations DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (DEV), additionally, the following FAR clauses cited in 252.212-7001 are applicable: 252.225-7036 Buy American Act-Free Trade Agreements-Balance of Payments Program 252.232-7003 Electronic Submission of Payment Requests 252.247-7023 Transportation of Supplies by Sea (May 2002) The full text of these clauses and provisions may be assessed electronically at the website: http://farsite.hill.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-11-Q-B016/listing.html)
 
Place of Performance
Address: Patrick AFB, Patrick AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN02446896-W 20110514/110512235140-7522ad46ae05b8729e2105e974ae727b (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.