Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2012 FBO #3926
SOLICITATION NOTICE

58 -- ChemPro Purchase - J&A document.

Notice Date
8/22/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division, AFDW/PK, 1500 W. Perimeter RD. Suite 5750, Joint Base Andrews, Maryland, 20762, United States
 
ZIP Code
20762
 
Solicitation Number
FA7014-12-T-3026
 
Archive Date
10/5/2012
 
Point of Contact
Jermaine A. Williams, Ctr,
 
E-Mail Address
Jermaine.Williams.ctr@afncr.af.mil
(Jermaine.Williams.ctr@afncr.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Justification & Approvals (J&A) document. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart12.6, 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. This solicitation is written as a Request for Quote (RFQ) No. FA7014-12-T-3026. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60. The North American Industry Classification System (NAICS) code for this acquisition is 334519 with a size standard of 500 employees. This proposed contract is a 100% set-aside for small business. CONTRACT LINE ITEM NUMBER: LINE ITEM 0001: ChemPro 100i with Standard Accessories Kit (SAK), Part No. E02523000GCO (Brand Name Only), QTY:__2__, UNIT PRICE:________, EXTENDED PRICE: _______. EXTENDED DESCRIPTION: Each kit will include the following items: ChemPro100i Chemical Detector with a Li-Ion rechargeable battery installed, Black Test Tube, Main Power Supply, Carrying Pouch, "PelicanTM" style Transit Case 13.5x12x6 (WLD), Field Monitoring Cap, Filter Set CP100 with 3 filters, Alkaline Battery Pack CP100, Quick Reference Guide, ChemPro100 User Manual, Power Cord, Protective Rubber Boot, 5 year warranty program, and included delivery to shipping address. INSPECTION AND ACCEPTANCE TERMS: Supplies/services will be inspected by Government personnel and accepted at job site. SHIP TO ADDRESS: All equipment shall be delivered no later than 30 days after award to the following address: 844th CS/SCNF ROOM# MD863A PENTAGON, WASHINGTON, DC 20330-1600 FAR PROVISIONS: The provision at 52.212-1, Instructions to Offerors-Commercial Items is hereby incorporated. Addendum to FAR Provision 52.212-1 applies to this acquisition is as follows: 52.252-1: http://farsite.hill.af.mil, 52.252-5: (b) DFARS (Chapter 2), 252.212-7000 and 252.225-7000. The provision at 52.212-2, Evaluation-Commercial Items is applicable to this solicitation and is hereby incorporated by full text: 52.212-2 -- Evaluation -- Commercial Items: (a) 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: The Government will select the best overall offer based on Price and other factors considered. The Government will award a contract resulting from this solicitation to the responsible offerorwhose offer, conforming to the solicitation, will be the most advantageous to the Government in accordance with the requirement. Only those offerorsdetermined to be in compliant with the requirements as stated in this solicitation will be considered for award. If additional information is required to support price reasonableness, each offerormay be requested to provide a hard copy of their price break-down. Non-conformance with this requirement may result in offeror's quote being determined unacceptable. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The provision at 52.212-3 -- Offeror Representations and Certifications (Apr 2012) -- Commercial Items is applicable to this solicitation and is hereby incorporated by reference. Offerormust include, with its offer, a completed copy of provision FAR 52.212- 3, Offeror Representations and Certifications-Commercial Items in full text. FAR 52.212-3 can be obtained from http://farsite.hill.af.mil. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via https://www.sam.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision. FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items is hereby incorporated. Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses: 52.253-1, 52.252-2: http://farsite.hill.af.mil, 52.252-6: (b) DFARS (Chapter 2), 252.204-7004, 252.212-7001, 252.225-7001, 252.225-7009, 252-247-7023. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Status of Executive Orders-Commercial Items apply to this acquisition, specifically, the following cited clauses: 52.219-6 and 52.232-33. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-82203 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted electronically through Wide Area Work Flow. You can register at https://wawf.eb.mil. All responses and quotes must be received no later than 10:00 A.M. EST on 20 September 2012. Only written responses along with any amendments issued and acknowledged will be considered. Quotes will only be accepted via e-mail to the Contract Specialist listed below. Questions concerning this solicitation should be addressed in writing to Mr. Jermaine Williams, Ctr, Contract Specialist at jermaine.williams.ctr@afncr.af.mil. An official authorized to bind your company shall sign and date the quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/11CONS/FA7014-12-T-3026/listing.html)
 
Place of Performance
Address: 844th CS/SCNF, ROOM# MD863A, PENTAGON, WASHINGTON, District of Columbia, 20330, United States
Zip Code: 20330
 
Record
SN02851367-W 20120824/120823001821-7a4acf786121d37ec5389d96a2d8506d (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.