Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2012 FBO #3870
MODIFICATION

25 -- Oshkosh Snow Plow Equipment - Brand Name D & F - Amendment 1

Notice Date
6/27/2012
 
Notice Type
Modification/Amendment
 
NAICS
423120 — Motor Vehicle Supplies and New Parts Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 35 CONS - Misawa, Unit 5201, Misawa AB, APO Japan, 96319-5201
 
ZIP Code
96319-5201
 
Solicitation Number
FA5205-12-Q-JS08
 
Archive Date
7/26/2012
 
Point of Contact
Jared Singer, Phone: 011813117663895, Yoshikatsu Nakamura, Phone: 81-176-57-2449
 
E-Mail Address
jared.singer@us.af.mil, yoshikatsu.nakamura@us.af.mil
(jared.singer@us.af.mil, yoshikatsu.nakamura@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Please complete this RFQ document and return as part of your offer. Brand Name D & F This is a combined synopsis/solcitation for commercial items 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 solicitation number is FA5205-12-Q-JS08; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-56, DPN 20120330, and AFAC 2012-0330. This acquistion will be other than full and open competition; the North American Industry Classification System (NAICS) code is 423120. The business size standard is 100 employees. The Federal Supply Class (FSC) is 2590. The Standard Industrial Classificiation (SIC) is 3714. This is a brand name requirement IAW FAR 5.102(a)(6). Please see attached D & F for clarification. Award shall be made in the aggregate, all or none. EVALUATION CIRTERIA: Evaluation of offers will be completed in accordance with FAR 13.106-2. The Goverment will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and represents the best value to the Government, price and other factors considered. The following factors shall be used to evaluate offers: A) TECHNICAL ACCEPTABILITY - All offers must meet the requirements as set forth in this combined synopsis/solicitation. B) PRICE - The price proposed by the offeror will be included as part of the evaluation. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors -- Commercial Items. FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items. FAR 52.212-4 Contract Terms and Conditions - Commercial Items. FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation). FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. FAR 52.209-6 Protecting the Government's Interestests When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.222-3 Convict Labor. FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies. 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 52.222-50 Combating Trafficking in Persons. FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving. FAR 52.225-13 Restrictions on Certain Foreign Purchases. FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration. DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. DFARS 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7010 Levies on Contract Payments. AFFARS 5352.201-9101 Ombudsman. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil < http://farsite.hill.af.mil >. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov < http://www.ccr.gov >, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil < http://wawf.eb.mil >, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov < http://orca.bpn.gov >. Please send any response to jared.singer@us.af.mil NO LATER THAN 11 July 2012, 4:30 PM, EST. Point of contact is Jared Singer, A1C, Contract Specialist, telephone 011-81-176-77-3895, jared.singer@us.af.mil. Alternate POC is Yoshikatsu Nakamura Contracting Officer, telephone 011-81-176-77-5690, yoshikatsu.nakamura@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/35CONS/FA5205-12-Q-JS08/listing.html)
 
Place of Performance
Address: Misawa AB, Non-U.S., Japan
 
Record
SN02788617-W 20120629/120628000434-127dcecdee7cb884c15355017d646054 (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.