SOLICITATION NOTICE
59 -- Aircraft Debogging Kits - Bid Schedule - Specifications
- Notice Date
- 9/20/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333923
— Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Global Strike Command, 509 CONS, 727 Second Street, Ste 124A, Whiteman AFB, Missouri, 65305, United States
- ZIP Code
- 65305
- Solicitation Number
- FA4625-12-Q-0063
- Archive Date
- 10/10/2012
- Point of Contact
- Kaitlyn N. West, Phone: 660-687-5433, Terry W. Hester, Phone: 660-687-5414
- E-Mail Address
-
kaitlyn.west@us.af.mil, terry.hester@us.af.mil
(kaitlyn.west@us.af.mil, terry.hester@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Specifications Bid Schedule 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 are being requested and a written solicitation will not be issued. This procurement is a 100% Small Business set-aside IAW FAR 19.1405(b). The North American Industry Classification System (NAICS) code for this acquisition is 333923. For the purpose of this procurement the small business size standard is 500 employees. All offers are to remain valid for a period of 30 days. Award will be made to the offeror representing the best value to the government. Paper copies of the Request for Quotation shall not be made available. This requirement is for two (2) 50 Ton Debogging Kits in accordance with the attached specifications. Delivery timeframe is 60 days after receipt of order. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-61, Defense Acquisition Circular 20120906, and Air Force Acquisition Circular 2012-0330. The following FAR Clauses and Provisions apply to this acquisition: 52.204-9, Personal Identity Verification of Contractor Personnel 52.204-99, System for Award Management Registration (Deviation) 52.211-6, Brand Name or Equal 52.212-1, Instructions to Offerors - Commercial Items 52.212-4, Contracts Terms and Conditions- Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. Specifically the following clauses cited are applicable to this solicitation: 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-6, Notice of Total Small Business Set-Aside 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Handicapped Workers 52.223-18, Contractor Policy to Ban Text Messaging while Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration 52.233-3, Protest After Award 52.247-34, F.O.B. Destination 52.252-2, Clauses Incorporated by Reference; farsite.hill.af.mil 52.252-6, Authorized Deviations in Clauses; DFAR/48 CFR Chapter 2 252.211-7003, Item Identification and Valuation 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.225-7001, Buy American Act and Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests & Receiving Reports 252.232-7010, Levies on Contract Payments 5352.201-9101, Ombudsman: AFGSC/A7K/66 Kenney Ave., Ste 233/Barksdale AFB LA 71110/ Phone: (318) 456-6336 WAWF Clause (Commercial Purchase Orders) Quotations can be e-mailed to the following e-mail address: 509cons.sollgcb@us.af.mil or by FAX to (660) 687-4822 to the attention of SrA Kaitlyn West. NOTE: Quotations must be received by 25 September 2012, 1:00 PM CST; late quotations will not be considered for award. Prospective offeror must be registered in the System for Award Management (SAM) (www.sam.gov) in order to be eligible for award. Responsible sources may submit a quotation which, if timely received, shall be considered by this agency. Attachments: 1. Specifications 2. Bid Schedule
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/66923ccf5a9cb94cbd66f358f2602b14)
- Place of Performance
- Address: Whiteman AFB, MO, Whiteman AFB, Missouri, 65305, United States
- Zip Code: 65305
- Zip Code: 65305
- Record
- SN02892958-W 20120922/120921003243-66923ccf5a9cb94cbd66f358f2602b14 (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 |