Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2012 FBO #3834
MODIFICATION

53 -- VARIOUS PARTS FOR T-44 AIRCRAFT PRESSURIZATION KITS

Notice Date
5/22/2012
 
Notice Type
Modification/Amendment
 
Contracting Office
Bldg. 110 Yorktown Ave., Jacksonville, FL 32212
 
ZIP Code
32212
 
Solicitation Number
N68836-12-T-0271
 
Response Due
5/11/2012
 
Archive Date
11/7/2012
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
CANCELLATION NOTICE:This is a 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.The solicitation number is N68836-12-T-0271 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-58. The associated North American Industrial Classification System (NAICS) code for this procurement is 336413 with a small business size standard of 1,000.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-05-11 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be JACKSONVILLE, FL 32212 The FLC - Jacksonville requires the following items, Exact Match Only, to the following: LI 001, SEAL, PN 130335-1, 3, EA; LI 002, SPRING, PN 130341, 24, EA; LI 003, SEAL, EVAP; PN 130811-1, 6, EA; LI 004, SEAL, EVAP; PN 130811-3, 6, EA; LI 005, HOSE, AIR CONTROLS; PN 131463R4CM0130, 6, EA; LI 006, HOSE, AIR CONTROLS; PN 131463R4CM0140, 3, EA; LI 007, CLAMP, PN 131466SNP4, 24, EA; LI 008, SPRING, SEAL; PN 131725, 6, EA; LI 009, SEAL, PN 131726-3, 12, EA; LI 010, TUBE, PLASTIC; PN 131823VE6M0120, 3, EA; LI 011, TUBE, PLASTIC; PN 131823VE6M-2480, 6, EA; LI 012, CONNECTOR, PN 132325-10SL4S, 3, EA; LI 013, DIODE, PN 132408-22, 15, EA; LI 014, CLAMP, PN 132742-58L, 144, EA; LI 015, TOGGLE, VALVE; PN 1511M2B, 3, EA; LI 016, VALVE, SOLENOID; PN 101-380018-5, 12, EA; LI 017, SEAL, CABIN WINDOW; PN 101-384139-5, 21, EA; LI 018, VALVE ASSEMBLY, PN 101-384173-17, 3, EA; LI 019, SEAL, PN 101-384246-3, 6, EA; LI 020, SEAL, PN 101-420126-1, 6, EA; LI 021, SEAL, PN 101-540023-1, 6, EA; LI 022, SEAL ASSEMBLY, LANDING GEAR; PN 115-810071-13, 3, EA; LI 023, CLAMP-COLLARD SCREW, PN 20060S, 6, EA; LI 024, CLAMP ASSEMBLY, PN 20096S, 6, EA; LI 025, DUCT, PN 50-380054-3, 3, EA; LI 026, DUCT, PN 50-380057-9, 3, EA; LI 027, DUCT, PN 50-380057-11, 3, EA; LI 028, FLEX DUCT EVAP BLOWER, PN 50-380121, 3, EA; LI 029, FLEX DUCT, PN 50-384064-1, 3, EA; LI 030, HOSE, PN 50-384115-23, 3, EA; LI 031, VALVE, SOLENOID; PN 50-389096-1, 3, EA; LI 032, SEAL-UPPER CABIN ASSEMBLY, PN 50-420013-315, 3, EA; LI 033, SEAL-UPPER CABIN ASSEMBLY, PN 50-420013-381, 12, EA; LI 034, B.D. SEAL ASSEMBLY, PN 50-420082-7, 12, EA; LI 035, SEAL CUSHION-MAIN ACCESS DOOR, PN 50-430043-1211, 3, EA; LI 036, SEAL MAIN ACCESS DOOR, PN 50-430043-1213, 3, EA; LI 037, SEAL ASSEMBLY, DOOR; PN 50-430061-27, 3, EA; LI 038, SEAL, PN 50-430182-5, 3, EA; LI 039, FILLET-AIRSTAIR SEAL, PN 50-430184-5, 3, EA; LI 040, FILLET-AIRSTAIR SEAL, PN 50-430184-7, 3, EA; LI 041, REINFORCEMENT, EVAPORATOR; PN 50-554226-11, 3, EA; LI 042, REINFORCEMENT, EVAPORATOR; PN 50-554226-13, 3, EA; LI 043, REINFORCEMENT, EVAPORATOR; PN 50-554226-15, 3, EA; LI 044, REINFORCEMENT, EVAPORATOR; PN 50-554226-17, 3, EA; LI 045, REINFORCEMENT, EVAPORATOR; PN 50-554228-141, 6, EA; LI 046, SEAL, EVAPORATOR; PN 50-554265-3, 3, EA; LI 047, SEAL, EVAPORATOR; PN 50-554265-9, 3, EA; LI 048, SEAL, EVAPORATOR; PN 50-554265-11, 3, EA; LI 049, SEAL, EVAPORATOR; PN 50-554265-77, 3, EA; LI 050, SEAL, EVAPORATOR; PN 50-554265-79, 3, EA; LI 051, SEAL, EVAPORATOR; PN 50-554265-81, 3, EA; LI 052, SEAL, EVAPORATOR; PN 50-554265-83, 3, EA; LI 053, DUCT, PN CEETS5-81-5, 6, EA; LI 054, PACKING (FIT-O-SEAL), PN U-700413-123, 6, EA; LI 055, SLEEVE, AIR DUST;, PN 97-380001-3, 15, EA; LI 056, SLEEVE, AIR DUST; PN 97-380001-1, 66, EA; LI 057, HOSE AIR CONTROLS, PN 131463R4CM0150, 3, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, FLC - Jacksonville intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - Jacksonville is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-52 and DFARS Change Notice 20110331. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm The NAICS code is _336413_ and the Small Business Standard is _1000 EMPLOYEES_. FAR 52.247-34, F.o.b. Destination applies 52.212-2 Evaluation - Commercial Items. No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. FAR 52.212-3 Offeror Reps and Certs / FAR 52.212-3 Alt1 Offeror Reps and Certs. EFFECTIVE JAN 2005, all offerors are required to use ?Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. Central Contractor Registration (CCR). Sellers must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/ The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items. 52.219-6 Notice of Total Small Business Set-Aside. 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers w/ Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. 52.225-13 Restrictions on Certain Foreign Purchases. 252.211-7003 Item Identification & Valuation (AUG 2008) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (MAR 2011) 252.225-7001 Buy American Act and Balance of Payments Program. 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.247-7023 Transportation of Supplies by Sea (MAY 2002) 52.204-7 & 252.204-7004 Alt A: CCR / Alternate A 252.225-7000: Buy American Act-Balance of Payments Program Certificate 252.232-7010: Levies on Contract Payments 5252.NS-046P: Prospective Contractor Responsibility 52.212-4: Contract Terms and Conditions?Commercial Items 52.212-1: Instructions to Offerors-Commercial Items 52.252-1:Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 52.237-2: Protection of Government Buildings, Equipment, and Vegetation. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. 52.246-15 252.246-7000 52.204-7 252-209-7999
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/db868cee37a129e1384cda7cc8cc9bb5)
 
Place of Performance
Address: JACKSONVILLE, FL 32212
Zip Code: 32212-0016
 
Record
SN02755382-W 20120524/120523000524-db868cee37a129e1384cda7cc8cc9bb5 (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.