SOLICITATION NOTICE
99 -- Nitrogen Generator Electrical Assembly - Brand Name Justification
- Notice Date
- 2/16/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB, Florida, 32403-5526
- ZIP Code
- 32403-5526
- Solicitation Number
- F4A2051279AG02
- Archive Date
- 2/29/2012
- Point of Contact
- Codey B. Williams, Phone: 8502833634
- E-Mail Address
-
codey.williams@tyndall.af.mil
(codey.williams@tyndall.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Brand Name Justification This is a combined synopsis/solicitation for commercial services 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; proposals/quotes are being requested and a written solicitation will not be issued. The solicitation reference number is F4A2051279AG02 and is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53. This acquisition will be 100% total SMALL BUSINESS SET-ASIDE; the North American Industry Classification System (NAICS) code is 336413. The business size standard is 500 employees. The following solicitation is for the purchase and installation of an electrical assembly for a nitrogen generator Pacific Consolidated Industries PN# 791571-001 for Tyndall Air Force Base, Florida 32403. Contract Line Item Numbers (CLINS): 0001: An electrical assembly repair part for SGNSC NSN3655-01-463-338 P/N 791600-001 Model # NGC-15-TM Services will be performed at Tyndall AFB, FL 32403. Per FAR 52.212-2, 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: Price and Technical Acceptance. Both factors are being weighted equally. See Addendum to FAR 52.212-1 for more information. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. The following FAR/DFARS/AFFARS provisions/clauses apply to this acquisition: 52.203-3 -- Gratuities 52.203-6 Alt I - Restrictions on Subcontractor Sales to the Government 52.204-4 - Printed or Copied Double-Sided on Recycled Paper 52.204-7 - Central Contractor Registration 52.204-10 - Reporting Executive Compensation and First Tier Subcontract Awards 52.209-6 - Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.212-1 - Instructions to Offerors-Commercial Items 52.212-2 - Evaluation - Commercial Items 52.212-3 -Offeror Representations and Certifications -Commercial Items 52.212-4 - Contract Terms and Conditions - Commercial Items 52.212-5(Dev) - Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.219-1 Alt I - Small Business Program Representations 52.219-6 - Notice of Total Small Business Set-Aside 52.219-14 - Limitations on Subcontracting 52.219-28 - Post-Award Small Business Program Rerepresentation 52.222-3 - Convict Labor 52.222-19 - Child Labor - Cooperation with Authorities and Remedies 52.222-21 - Prohibition of Segregated Facilities 52.222-22 - Previous Contracts and Compliance Reports 52.222-26 - Equal Opportunity 52.222-35 - Equal Opportunity for Veterans 52.222-36 - Affirmative Action for Workers with Disabilities 52.222-37 - Employment Reports on Veterans 52.222-40 - Notification of Employee Rights Under the National Labor Relations Act 52.222-41 - Service Contract Act of 1965 52.222-42 - Statement of Equivalent Rates for Federal Hires 52.222-44 - Fair Labor Standards Acts and Service Contract Act - Price Adjustment 52.222-50 - Combating Trafficking in Persons 52.223-5 - Pollution Prevention and Right-to-Know Information 52.223-18 - Contractor Policy to Ban Text Messaging While Driving 52.225-13 - Restrictions on Certain Foreign Purchases 52.228-5 - Insurance - Work On A Government Installation 52.232-18 - Availability of Funds 52.232-33 - Payment by Electronic Funds Transfer-CCR 52.233-2 - Service of Protest 52.233-3 - Protest after Award 52.233-4 - Applicable Law for Breach of Contract Claim 52.237-2 - Protection of Government Buildings, Equipment, and Vegetation 52.245-1 - Government Property 52.245-9 - Uses and Charges 52.252-1 - Solicitation Provisions Incorporated by Reference (http://farsite.hill.af.mil) 52.252-2 - Clauses Incorporated by Reference (http://farsite.hill.af.mil) 52.252-6 - Authorized Deviations in Clauses 252.203-7000 - Requirements relating to the compensation of former DoD Officials 252.203-7002 - Requirement to inform employees of Whistleblower Rights. 252.209-7001 - Disclosure of Ownership or Control by Government of Terrorist Country 252.212-7000 - Offeror Representations and Certifications -- Commercial Items 252.212-7001(Dev) - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7000 - Buy American Act- Balance of Payment Program Certificate 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports. 252.232-7010 - Levies on Contract Payments 252.243-7002 - Requests for Equitable Adjustment 252.245-7002 - Reporting Loss of Government Property 252.247-7022 - Representation of Extent of Transportation by Sea 5352.242-9000- Contractor Access to Air Force Installations 5352.242-9001 - Health and Safety on Government Installations 5352.201-9101 - Ombudsman Wide Area Work Flow (WAWF) -All invoicing resulting from this award will submitted electronically through Wide Area Work Flow. Addendum to FAR 52.212-1 Offerors shall supply the following information with their quote: a.) Prices under CLIN 0001. b.) Tax Identification number. c.) Cage Code. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION (CCR) BEFORE BEING CONSIDERED FOR AWARD. Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. d.) Technical Acceptance: The offeror must provide documentation that details the products they are supplying in order to verify whether it will meet the need of the requirement. e.) Offerors shall complete a copy of the Online Offeror Representations and Certifications Application. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process. Please send proposals to A1C Codey Williams (850-283-3634) at codey.williams@tyndall.af.mil NO LATER THAN 23 Feb 2012, 1200 Local Time. If there are any questions that need to be answered, please submit the questions NO LATER THAN 21 Feb 2012, 1300 Local Time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/TynAFBCS/F4A2051279AG02/listing.html)
- Place of Performance
- Address: Tyndall AFB FL, Panama City, Florida, 32403, United States
- Zip Code: 32403
- Zip Code: 32403
- Record
- SN02677706-W 20120218/120216235509-fd490cbd2c749e814d8fb918ce0e2309 (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 |