Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2012 FBO #3950
SOLICITATION NOTICE

28 -- Replace deisel engines for Deluge System - Package #1

Notice Date
9/15/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th CONS, 1500 West Perimeter Rd, Suite 2780, Andrews AFB, Maryland, 20762-6500, United States
 
ZIP Code
20762-6500
 
Solicitation Number
FY12-11CES-LGCAB-DelugeEngine
 
Point of Contact
Vincent L. Johnson, Phone: 2406125665
 
E-Mail Address
vincent.johnson@afncr.af.mil
(vincent.johnson@afncr.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work for replacement of deisel engines for the deluge system on JBA. 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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quote (RFQ); Reference Number is F1D3252551AQ01. The solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60. This requirement is set aside 100% for Small Business. The North American Industry Classification System code is 335312, Motor and Generator Manufacturing, with a business size standard of 1,000 employees. This requirement is subject to the availability of funds, in accordance with FAR 52.232-18. The Requirement includes the following CLINS: 0001-AA: Replace diesel engines for deluge system FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial and addendum to FAR clause 52.212-1 applies to this acquisition are as follows: 52.214-31(f) (1) Fax Number (240)612-2176 (2) HP Laser Jet 3050, 52.252-1 http://farsite.hill.af.mil, 52.252-5: (b) DFARS (Chapter 2), 252.225-7000. All quotes must be received by 12:00 p.m. EST on 19 September 2012 by email to vincent.johnson@afncr.af.mil FAR52.237-1, Site Visit. FAR 52.212-2, Evaluations-Commercial Items, applies to this acquisition. EVALUATION PROCEDURES: The Government intends to make a single purchase award to the responsible contractor who has the best overall offer based on price and descriptive literature(must be provided to adequately evaluate proposal) and the offer that is the Lowest Price Technically Acceptable (LPTA). Quote must be in full compliance to all other requirements set forth in the solicitation and SOW. When evaluated, all evaluation criteria will be weighed equally. Only those offerors determined to be in compliance with the requirements as stated in this solicitation will be considered for award. If additional information is required to support price reasonableness, each offeror may be required to provide a hard copy of their price break-down. No partial quotes or quotes without specifications will be accepted. Non-conformance with this requirement may result in the offerors quote being determined unacceptable. FAR 52.212-3, "Offeror Representations and Certifications-Commercial Items" applies to this acquisition and offeror(s) must include, a completed copy with its offer. FAR 52.212-3 can be obtained from http://farsite.hill.af.mil or from http://orca.bpn.gov if registered in Online Representation and Certifications Application (ORCA). An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certifications electronically at ORCA. If an offeror has not completed the annual representations and certifications at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition and the applicable Addendum to FAR Clause 52.212-4 are as follows: 52.203-3, 52.204-9, 52.209-6,52.211-6, 52.214-34, 52.214-35, 52.223-6, 52.233-3, 52.233-4, 52.247-34, 52.252-2 http://farsite.hill.af.mil, 52.252-6:(b) DFARS (Chapter 2), 52.253-1, 252.204-7003, 252.204-7004, ALT A, 252.232-7010, 252.243-7001, 252.204-7006, 252.212-7001 (DEV): 252.232-7003 and 252.243-7001, 252.246-7000, 5352.201-9101 (c): Colonel Timothy Applegate, AFDW/PK1500 W. Perimeter Drive, Suite 5750, Joint Base Andrews, NAF MD 20762, phone #240-612-6111. FAR CLAUSE 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, including the following sub-clauses apply to this acquisition: 52.222-3, 52.222-19, 52.222-21, 52-222-22, 52.222-25, 52.222-26, 52.222-36, 52.222-50, 52.232-33, 52.233-3, 52.233-4. To be eligible for an award, contractor must be registered in the System for Award Management (SAM) database. A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.fsd.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.ef.mil/index.html. All quotes must be received by 12:00 P.M. Eastern Standard Time (EST) on 19 September, 2012. Proposals can be e-mailed to vincent.johnson@afncr.af.mil. An official authorized to bind your company shall sign and date the proposal. Questions concerning this solicitation should be addressed in writing to Vincent Johnson, Contract Specialist, Phone (240) 612-5665 and must be received no later than 12:00 p.m. EST, 18 September 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/FY12-11CES-LGCAB-DelugeEngine/listing.html)
 
Place of Performance
Address: Joint Base Andrews, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN02884798-W 20120917/120915233728-bae218e2423749d2aff582a72d3bd9fb (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.