SOLICITATION NOTICE
37 -- Mosquito Fogger
- Notice Date
- 5/18/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423820
— Farm and Garden Machinery and Equipment Merchant Wholesalers
- Contracting Office
- Department of the Air Force, Air Mobility Command, 319 CONF, 575 Tuskegee Airmen Blvd, Building 418, Grand Forks AFB, North Dakota, 58205, United States
- ZIP Code
- 58205
- Solicitation Number
- F2A3E32054A001
- Archive Date
- 7/18/2012
- Point of Contact
- Joseph E Bac, Phone: 7017475347, Jeremiah J Snedker, Phone: (701) 747-5299
- E-Mail Address
-
joseph.bac@us.af.mil, jeremiah.snedker@us.af.mil
(joseph.bac@us.af.mil, jeremiah.snedker@us.af.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- This is a combined synopsis/solicitation for a commercial service 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 are being requested and a written solicitation will not be issued. The reference number is F2A3E32054A001; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-59. This acquisition is 100% Service Disabled Veteran set aside under the North American Industry Classification System (NAICS) code of 423820. The business size standard is 100 employees. This request for quotation consists of the following: Purchase 1ea Dyna-Fog Maxi-pro 4 ULV or equal. Unit to have the following specifications. 4 cycle twin cylinder engine w/alternator and electric start, blower is direct drive with air output at 400 cfm, pump has positive gear displacement (output of 0-20 oz per min), 4 microtec 360 degree nozzles, tanks to be corrosion and UV resistant high density polythylene (Formula tank at least 15 gal,Gas tank at least 12 gal.), Remote (wireless "radar" Synchroflow) to operate engine start,spray on/off, flush formulation chemical rate setting, machine on/off, and display chemical flow rate. Unit to come with heavy duty battery. Machine dimensions approximately 44"L X 37" W X 31" H. Unit to be delivered to Building 418 on Grand Forks AFB ND. The following provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. In Accordance with FAR 52.252-1 and FAR 52.252-2, the following provisions and clauses are incorporated by reference or by full text FAR 52.202-1, Definitions; FAR 52.212-1, Instructions to Offerors, Commercial Items. Offerors must be able to provide a copy of their annual representations and certificates electronically on the ORCA website at http://orca.bpn.gov; FAR 52.212-2, Evaluation Commercial Items: Price and ability to meet Specifications; FAR 52.212-3 Offerors Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions -- Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items Deviation; FAR 52.219-27 Notice of Total Service Disabled Veteran-Owned Small Business Set-Aside; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26 Equal opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.232-1, Payments; FAR 52.233-1, Disputes; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.252-5, Authorized Deviations in Provisions; FAR 52.252-6, Authorized Deviations in Clauses. In accordance with DFARS 252.204-7004, Alternate A, prior to receiving any contract award, contractors must be registered in the Central Contract Registration (CCR). If not already registered, you should immediately register with CCR via the Internet at http://www.ccr.gov/. Confirmation of CCR registration must be obtained before award can be made. DFARS 252.212-7001, Contract Terms and Conditions (Deviation); DFARS 252.232-7010, Levies on contract payments Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. Quotations should be submitted and shall contain the following information: Offerors must show: (1) RFQ Number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) Unit price and discount terms; (5) Remit to address, if different than the mailing address; (6) Acknowledgement of solicitation amendments, if any, for acceptance of offers. Signed quotes must indicate quantity, unit price and total amount for each item. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. Quote shall also contain all other documentation specified herein. PERIOD OF ACCEPTANCE OF OFFERS: The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. EVALUATION/AWARD: IAW 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. Only one award will be made based on which offer is fully in compliance with the Statement of Work (SOW) and provides the best value to the government in terms of price. Discussions may not be held with offerors; therefore, each offerors initial quote should be complete and accurate. In accordance with DFARS 252.204-7004 Alternate A, Central Contractor Registration, prior to receiving any contract award, all offerors must be Central Contractor Registered (CCR). Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov. ORCA registration for on line representation and certification requirements may be viewed via the internet at www.bpn.gov. OFFERORS MAY INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS WITH THEIR OFFER, which can be downloaded from the internet or requested in writing via email at the address provided below. Offerors that fail to furnish the required representation information via submission or ORCA registration, or reject the terms and conditions of the solicitation, may be excluded from consideration. 5352.201-9101 Ombudsman (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, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses]. 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. The Government reserves the right to award on a multiple award or an all or none basis. All firms must be registered in the Central Contractor Registration database at www.ccr.gov and shall be considered for award. All quotes must be sent to A1C Joseph Bac at: Fax 701-747-4215; e-mail joseph.bac@us.af.mil; or mail directly to 319 Contracting Flight, 575 Tuskegee Airmen Blvd, Grand Forks AFB, ND, 58205-6436. Quotes are required to be received no later than 4:00 PM CST, Thursday 24 May 2012.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/319CONS/F2A3E32054A001/listing.html)
- Place of Performance
- Address: Building 418, Grand Forks AFB, North Dakota, 58204, United States
- Zip Code: 58204
- Zip Code: 58204
- Record
- SN02752278-W 20120520/120519000137-de5817d563bf46c199506193922d16d8 (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 |