MODIFICATION
26 -- Non-Directional Tires
- Notice Date
- 3/20/2012
- Notice Type
- Modification/Amendment
- NAICS
- 326211
— Tire Manufacturing (except Retreading)
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, 772 ESS/PKH, 139 Barnes Drive, Suite 1, Tyndall Air Force Base, Florida, 32403, United States
- ZIP Code
- 32403
- Solicitation Number
- F4ATA32006A001
- Archive Date
- 4/10/2012
- Point of Contact
- Stephen C Cooper, Phone: 5236575
- E-Mail Address
-
stephen.cooper@tyndall.af.mil
(stephen.cooper@tyndall.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- March 14, 2012 SUBJECT: Request for Quotation - NDT Tires 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; quotes are being requested and a written solicitation will not be issued. The solicitation number for this RFP is F4ATA32006A001. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-56 March 2, 2012. This requirement is being set aside 100% for small businesses. The NAICS code is 326211 and the size standard is 1,000 employees. "Or equal" items will be accepted for all line items. Please include your delivery schedule and any applicable discount terms in quotation. The line items required are as follows: 0001 Tire, Non-Directional (NDT) Military, Specialty Tires of America P/N: ML4C4 or equal Tire Specifications: Size: 900-20, Number of Plys:12, Load Range: F/12, Tread Depth: 20/32", Rim Width: 7.00", Section Width: 10.60", Overall Diameter: 40.70", Max Inflation: 85 lbs, Max Load: 4520 lbs, Approximate Weight: 74 lbs Quantity: 32 ea 0002 Two part polymer fill. P/N: ARNCO RePneu or equal A mid-durometer polyurethane flatproofing fill with 28 Shore-A hardness. It can be run in-service at highway speeds of 55 mph/88 kph for 8 hours. Note: 230 lbs of the two part polymer is required to fill each truck tube. Quantity: 32 ea 0003 Tube and Tire Flap, Truck, Size: 900-20 Quantity: 32 ea Note: Vendor shall perform the following actions: a) Pick-up 32 tire/split wheel assemblies at Tyndall AFB FL and transport to their facility; b) remove the existing tire, tube, tire flap and foam; c)install new tire, tube, and flap on existing steel split wheel assemblies; d) fill tire/split wheel assemblies with 230 lbs of foam; e) remove excess foam from all surfaces of tire/wheel assemblies and f) deliver the new tire/wheel assemblies to Tyndall AFB FL. The new tire/wheel assembly must weigh approximately 410 lbs. All labor, tools, materials, facilities and transportation necessary to perform required activites are the responsibilities of the vendor. Vendor will ensure that all excess foam/residue is removed from the exterior surfaces of the tire and steel wheel. The price of the tire includes: cutting off and disposal of the old tire/foam (including disposal fees), installation of tire flap and mounting of 900-20 tube, tire and polymer foam in/on the government furnished steel split rim wheel assembly. The Government intends to award without discussions. Award will be made to the responsible offeror who's quotation is the lowest price that meets the technical requirements described in the line items. Quotes are due NLT 11:00 AM CST, 26 March 2012. Contractors' quotes shall be valid for 30 days after quotation due date. Please provide an electronic copy of your quote, via e-mail transmission to stephen.cooper@tyndall.af.mil. Please send any questions to jack.brown@tyndall.af.mil no later than 1:00 PM, March 22, 2012. The following clauses and provisions apply to this requirement: 52.204-7 Central Contractor Registration (Feb 2012) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) 52.211-6 Brand Name or Equal (Aug 1999) 52.212-1 Instructions to Offerors -- Commercial Items (Feb 2012) 52.212-3 Offeror Representations and Certifications -- Commercial Items (Mar 2012) The offeror shall complete and return FAR 52.212-3 or complete the electronic version at the ORCA website. 52.212-4 Contract Terms and Conditions -- Commercial Items (Feb 2012) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2012) The following 52.212-5(b) paragraphs apply: 4, 12(i), 23, 26, 27, 28, 29, 38, 39, 42, and 47. 52.215-1 Instructions to Offerors -- Competitive Acquisition (Jan 2004) 52.219-1 Small Business Program Representations (Apr 2011) 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) 52.222-25 Affirmative Action Compliance (Apr 1984) 52.222-36 Affirmative Action for Workers With Disabilities (Oct 2010) 52.222-50 Combating Trafficking in Persons (Feb 2009) 52.223-6 Drug-Free Workplace (May 2001) 52.225-2 Buy American Act Certificate (Feb 2009) 52.225-18 Place of Manufacture (Sep 2006) 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification (Nov 2011) 52.230-2 Cost Accounting Standards (Oct 2010) 52.230-6 Administration of Cost Accounting Standards (Jun 2010) 52.232-1 Payments (Apr. 1984) 52.232-23 Assignment of Claims (Jan 1986) 52.233-1 Disputes (July 2002) 52.233-3 Protest after Award (Aug. 1996) 52.233-4 Applicable Law For Breach Of Contract Claim (OCT 2004) 52.243-1 Changes -- Fixed Price (Aug 1987) 52.247-34 F.o.b. Destination (Nov 1991) 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form) (Apr 1984) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated by Reference (Feb 1998) 52.252-3 Alterations in Solicitation (Apr 1984) DFARS 252.212-7001to include paragraphs: (b)(1), (b)(4), (b)(6)(i), and (b)(23). 5352.201-9101 Ombudsman OMBUDSMAN (APR 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 of proposals, the source selection 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 first 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 OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, Director, Enterprise Sourcing Group, HQ AFMC/ESG, 1940 Allbrook Dr Bldg 1, Wright Patterson AFB, Ohio 45433, 937-257-8980; facsimile 937-257-7791. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (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, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) 5352.223-9001 Health and Safety on Government Installations HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (JUN 1997) (a) In performing work under this contract on a Government installation, the contractor shall: (1) Comply with the specific health and safety requirements established by this contract; (2) Comply with the health and safety rules of the Government installation that concern related activities not directly addressed in this contract; (3) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (4) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. (End of clause) 5352.242-9000 Contractor Access to Air Force Installations CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (AUGUST 2007) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (e) Failure to comply with these requirements may result in withholding of final payment. (End of clause)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f637e7112a23cd72e6745a29f8059f8c)
- Place of Performance
- Address: Tyndall AFB, Tyndall AFB, Florida, 32403, United States
- Zip Code: 32403
- Zip Code: 32403
- Record
- SN02700999-W 20120322/120320235645-f637e7112a23cd72e6745a29f8059f8c (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 |