Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2012 FBO #3712
SOLICITATION NOTICE

45 -- Incinerator Parts

Notice Date
1/21/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
ACC - Rock Island - C3 (ACC-RI-C3), Bldg 60, 3rd Floor, Rock Island, IL 52807
 
ZIP Code
52807
 
Solicitation Number
RCS2C3Z4M20757
 
Response Due
1/26/2012
 
Archive Date
3/26/2012
 
Point of Contact
Jennifer Allen, 309-782-6291
 
E-Mail Address
ACC - Rock Island - C3 (ACC-RI-C3)
(jennifer.c.allen@us.army.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. RCS2C3Z4M20757 A. GENERAL INFORMATION The CONTINGENCY CONTRACTING REACHBACK CELL-ROCK ISLAND, Bldg 60, Rock Island, IL has a requirement for INCINERATOR PARTS. This is a streamlined 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 notice constitutes the only notice. A written solicitation will not be issued. This requirement is issued as a request for quote (REF - RCS2C3Z4M20757). NAICS Code: 236210 Size Standard $33.5 Mil A Firm Fixed Priced award will be made in accordance with the following specifications: 1.NATURE OF ACQUISITION: Various Incinerator Parts for Surefire TS 150/3 (see parts list) (Parts can be "or equal", but MUST be compatible) 2. SHIPPING: Directly to the following address: Combined Team Uruzgan Camp Holland APO, AE 09380 ATTN: Ian Gargano and Leanne Connolly 3.All CLIN pricing shall include all applicable air freight costs. Due to the important nature of this requirement, the validity of your air freight shipping method, timeliness and ability to prove delivery of your shipment is extremely important. To that end, it is desired that if not all quantities are ready to ship at once that your quote contain a shipping solution whereby the items can be shipped incrementally in reasonable quantity blocks until complete fulfillment of the entire order is achieved. This should be done in a way that does not unnecessarily or unreasonably increases shipping costs. 4.CC - REACHBACK has a requirement for acquiring INCINERATOR PARTS. This procurement will be awarded under Simplified Acquisition Procedures. All inquiries responses to this notice must be received by THURSDAY, 26 JAN, 11:00AM CST. 5.NOTES: a.Award will be made to an American based contractor that is registered in CCR with a completed ORCA registration and an official DUNS and US Tax ID number. b.Supplies are for delivery FOB destination. c.Required delivery NLT 60-days after award or better. Please annotate on quote the estimated delivery time. Delivery is to be direct shipping to address above. d.Award will be made on a best value approach and in the best interest of the Government. e.Provide Tax ID #, Cage Code, DUNS # & GSA # (if applicable) in your quote. f.Payments will be processed through Wide Area Work Flow. g.Contractor is liable for the ACCURACY of submitted quote(s) and for any incurred costs if quote(s) was submitted erroneously. B. CONTRACT TERMS AND CONDITIONS: The following provisions apply: 52.211-6Brand Name or EqualAUG 1999 52.212-1Instructions to Offerors (you may submit your quote using the template attached or in your own format)JUN 2008 52.212-2Evaluation - Commercial Items (Evaluation will be best value to the Government)JAN 1999 52.212-3Offeror Representations and Certification - Commercial Items (On-line Representations and Certifications will be pulled)NOV 2011 The following clauses apply: CLAUSES INCORPORATED BY REFERENCE 52.203-3GratuitiesAPR 1984 52.204-7Central Contractor RegistrationAPR 2008 52.204-10Reporting Executive Compensation and First-Tier Subcontract AwardsJUL 2010 52.211-6Brand Name or EqualAUG 1999 52.212-4 Contract Terms and Conditions--Commercial Items JUN 2010 52.222-3Convict LaborJUN 2003 52.222-19Child Labor---Cooperation with Authorities and Remedies. 52.222-21Prohibition of Segregated FacilitiesFEB 1999 52.222-26Equal OpportunityMAR 2007 52.222-50Combating Trafficking in PersonsFEB 2009 52.223-18Encouraging Contractor Policies to Ban Text Messaging While DrivingAUG 2011 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 252.203-7000Requirements Relating to Compensation of Former DoD OfficialsDEC 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009 252.232-7003Electronic Submission of Payment Requests and Receiving ReportsMAR 2008 252.232-7008 Assignment of Claims (Overseas) JUN 1997 252.232-7010Levies on Contract PaymentsNOV 2010 252.247-7023 Alt 1Transportation of Supplies by SeaMAY 2002 952.232-0005(JCC-I/A) WIDE AREA WORKFLOW INSTRUCTIONS (full instructions will be provided at time of award)JUL 2010 952.225-0006(JCC-I/A) CONTRACT DELIVERY REQUIREMENTS (full instructions will be provided at time of award)FEB 2010 CLAUSES INCORPORATED BY FULL TEXT FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (Aug 2011) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b)(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(i) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities (iii) Reserved. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) Reserved (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jan 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.farsite.hill.af.mil/ (End of clause) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEC 2010) (DEVIATION) (a) In addition to the clauses listed in paragraph (b) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5) (OCT 2010) (DEVIATION), the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.237-7010 252.237-7019Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) (Section 1038 of Pub. L. 111-84). Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Pub. L. 108-375). 252.247-7003Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (JUL 2009) (Section 884 of Public Law 110-417) 252.247-7023Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631) 252.247-7024Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631) (End of clause) 952.201-0001 OMBUDSMAN (NOV 2010) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC-A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the C3 Ombudsman at: HQ, Army Field Support Command ATTN: AMSAS-GCB Rock Island, IL 61299 Phone: (309)782-7287 Facsimile: (309)782-8469 (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, contract, delivery order, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of Clause) C. POINT OF CONTACT: Responses to this notice shall be provided in writing via e-mail to: TSgt Jennifer Allen, at jennifer.c.allen@us.army.mil. All responses shall be received NLT THURSDAY, 26 JAN, 11:00AM CST. Email is the preferred method.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d69e1852878fa1f2c553ca106e7582a9)
 
Place of Performance
Address: ACC - Rock Island - C3 (ACC-RI-C3) Bldg 60, 3rd Floor Rock Island IL
Zip Code: 52807
 
Record
SN02658839-W 20120123/120121233034-d69e1852878fa1f2c553ca106e7582a9 (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.