Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2012 FBO #3945
SOLICITATION NOTICE

59 -- Syn-Tech 2550 Fuel Management System - J&A Brand Name

Notice Date
9/10/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB, Florida, 32403-5526
 
ZIP Code
32403-5526
 
Solicitation Number
F4ATD12207A001
 
Archive Date
9/29/2012
 
Point of Contact
Kevin Romanach, Phone: 850-283-8630, Randall S Jones, Phone: 850-283-8617
 
E-Mail Address
kevin.romanach@tyndall.af.mil, randall.jones@tyndall.af.mil
(kevin.romanach@tyndall.af.mil, randall.jones@tyndall.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
J&A Brand Name 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. This announcement constitutes the only solicitation; proposals/quotes are being requested and a written solicitation will not be issued. The solicitation reference number F4ATD12207A001 is issued as a Request For Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60. This acquisition will be a 100% small business set- aside under North American Industry Classification System (NAICS) code is 334513. The business size standard is 500 employees. This RFQ consists of the following Contract Line Item Numbers (CLIN): CLIN 0001 : Quantity of one (1), Syn-Tech FuelMaster 2550 Plust Master Fuel Management Unit CLIN 0002 : Quantity of one (1), Fuel Management Software Package CLIN 0003 : Quantity of 200, Black Prokees CLIN 0004 : Quantity of one (1), Prokee Encoder CLIN 0005 : Quantity of one (1), Travel & Installation EVALUATION FACTORS : In accordance with FAR 52.212-2, Evaluation-Commercial Items, the Government intends to 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 factor(s) considered. The following factors shall be used to evaluate offers: 1. Technical Acceptability 2. Price (1) Technical Acceptability In order to be considered technically acceptable, the vendor must provide Syn-Tech brand items as per the attached Brand Name Justification. The Government is not responsible for locating or obtaining any information not provided in the quote. Offerors will receive a rating of "Technically Acceptable" or "Technically Unacceptable". Any offeror who receives a "Technically Unacceptable" rating will be eliminated from the competition and no longer considered for award. (2) Price The total price, will be the determining factor after Technical Acceptability is determined. The award will be issued using Simplified Acquisition Procedures in accordance with FAR Part 13. Vendors shall submit prices from all CLINS stated above. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. The following FAR/DFARS/AFFARS provisions/clauses apply to this acquisition: FAR 52.212-1 - Instruction to Offerors - Commercial FAR 52.212-2 - Evaluation - 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 - Deviation - Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items FAR 52.219-1 Alt I - Small Business Program Representations FAR 52.219-6 - Notice of Total Small Business Set-Aside FAR 52.219-28 - Post-Award Small Business Program Representation 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 52.222-22 - Previous Contracts and Compliance Reports FAR 52.222-26 - Equal Opportunity FAR 52.222-36 - Affirmative Action for Workers with Disabilities FAR 52.222-50 - Combat Trafficking Persons FAR 52.223-18 - Contractor Policy to Ban Text Messaging While Driving FAR 52.232-18 - Availability of funds FAR 52.232-33 - Payment by Electronic Funds Transfer-CCR FAR 52.233-3 - Protest After Award FAR 52.233-4 - Applicable Law for Breach of Contract Claim FAR 52.247-34 - F.O.B. Destination FAR 52.252-1 - Solicitation Provisions Incorporated by Reference (http://farsite.hill.af.mil) FAR 52.252-2 - Clauses Incorporated by Reference (http://farsite.hill.af.mil) FAR 52.252-5 - Authorized Deviations in Provisions ("Defense Federal Acquisition Regulation Supplement" and "Chapter 2") FAR 52.252-6 - Authorized Deviations in Clauses ("Defense Federal Acquisition Regulation Supplement" and "Chapter 2") DFARS 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7008 - Export-Controlled Items DFARS 252.211-7003 - Item Identification and Valuation DFARS 252.212-7000 - Offeror representations and certifications - Commercial items DFARS 252.212-7001 - Deviation - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7000 - Buy American Statute - Balance of Payments Program DFARS 252.225-7001 - Buy American and Balance of Payments Program DFARS 252.225-7002 - Qualifying Country Sources as Subcontractors DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006 - Wide Area Workflow Payment Request & Receiving Reports DFARS 252.232-7010 - Levies on Contract Payments DFARS 252.247-7023 Alt III - Transportation of Supplies by Sea AFFARS 5352.201-9101 - Ombudsman Offerors shall complete a copy of the Online Offeror Representations and Certifications Application. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE SYSTEM FOR AWARD MANAGEMENT (SAM) BEFORE BEING CONSIDERED FOR AWARD. Information concerning SAM requirements may be viewed via the internet at http://www.sam.gov or by SAM Service Desk http://www.FSD.gov. Interested parties must include, with their quote, their CAGE code, tax identification number (TIN), and delivery date. Shipping terms will be F.O.B. Destination, Tyndall AFB, FL 32403, with inspection and acceptance at destination.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/TynAFBCS/F4ATD12207A001/listing.html)
 
Place of Performance
Address: Tyndall AFB, Panama City, Florida, 32403, United States
Zip Code: 32403
 
Record
SN02875523-W 20120912/120911000559-d15bbab88ddfa94d4f37396c2230cf7f (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.