Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 12, 2013 FBO #4218
SOLICITATION NOTICE

J -- Fire Training Maintenance and Repair - (Draft)

Notice Date
6/10/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 436th CONS, 639 Atlantic Street, Dover AFB,, Delaware, 19902-5639, United States
 
ZIP Code
19902-5639
 
Solicitation Number
F1Q3CS3093AQ02
 
Archive Date
7/10/2013
 
Point of Contact
Diane Fowler, Phone: 302-677-5208, Hiyasmin Vaeth, Phone: 302-677-5012
 
E-Mail Address
diane.fowler.1@us.af.mil, hiyasmin.vaeth@us.af.mil
(diane.fowler.1@us.af.mil, hiyasmin.vaeth@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
PWS Fire Training Maintenance and Repair Bid Schedule Fire Training Maintenance and Repair This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subparts 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. The solicitation number is F1Q3CS3093AQ02 and this solicitation is being issued as a Request For Quotes. The Offeror must quote on an all or none basis. The Government intends to award a Firm Fixed Price Contract Firm Fixed Price Requirements contract of Period of performance is 365 days from date of award. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer meets the minimum technical requirement at the lowest price. Since award will be based on initial responses, offerors are highly encouraged to quote their most advantageous pricing in their initial response. The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-65 and Defense Acquisition Circular 20121231. This is unrestricted open market competition. Note 1: To assure timely and equitable evaluation of the quote, the offeror must follow the instructions contained herein. The quote must be complete, self-sufficient, and respond directly to the requirements of this solicitation. The response shall consist of pricing for the items listed below. Note 2: The contractor agrees to hold the prices in its quote firm for at least 30 calendar days from the date specified for receipt of quote, unless another time period is specified. Note 3: The contractor shall include the provisions at 52.212-3, Representation and Certifications-Commercial Items. And shall be registered in System for Award Management (SAM) Registration: https://www.sam.gov/portal/public/SAM/ Note 4: Contractors are hereby notified that initial quote which are found incomplete may be rejected without affording the contractor an opportunity to satisfy the requirement of the Government. Notwithstanding the information included in support of the offeror's technical capability, the contractor must meet all requirements of this Request For Quote. The Government will award a contract resulting from this solicitation to the responsible contractor that submitted a complete package according to this RFQ and meets the minimum technical requirement at the lowest price. The Government intends to award without discussions. Therefore contractors are encouraged to offer their most advantageous/best quote. The contractor shall submit their quote by 25 June at (1:00 PM) EST to the contracting office by email in order to be considered for award. If you have any questions, please email them to the POC below by 19 June 2013 (1:00PM) EST. POC: DIANE FOWLER Contracting Specialist 302-677-5208 Diane.Fowler.1@us.af.mil ALT POC: HIYASMIN VAETH, MSGT, USAF Contracting Officer 302-677-5222 Hiyasmin.vaeth@us.af.mil SITE VISIT INFORMATION: A site visit may be requested but is not required. Site visit requests are due NLT Friday, 14 June 2013 by 1:00 EST. Tentative site visit Tuesday, 18 June 2013 1PM EST Questions are due by Wednesday, 19 June 2013 by 1:00 EST. Upon request of a site visit, the following information must be provided:. Full name of visitor. Date of Birth. Drivers License number with state of issue. Full Social Security Number If you do not provide this information, you will not be granted base access! Site visit meeting place will be located at: 436th Contracting Squadron, Room 236 639 Atlantic St. Dover, DE 19901 IMPORTANT INFORMATION FOR CONTRACTORS: The following clauses and provisions apply to this solicitation: The following FAR Provisions/Clauses are incorporated by reference; Provisions: 52.212-1 - Instructions to Offerors - Commercial Items 52.222-25, Affirmative Action Compliance 52.225-25, Prohibition on Engaging in Sanctioned Activities relating to Iran-Certification 52.237-1, Site Visit 52.242-15. Stop Work order 252.209-7002, Disclosure of Ownership or Control by a Foreign Government Clauses: 52.204-7, Central Contractor Registration 52.212-4, Contract Terms and Conditions - Commercial Items 52.217-8, Option to Extend Services 52.223-5, Pollution Prevention and Right-to-Know Information 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.237-2, Protection of Government Buildings, Equipment, and Vegetation 252.203-7000, Requirements Relating to Compensation of Former DOD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7003, Control of Government Personnel Work Product 252.204-7004 Alt A, Central Contractor Registration 252.225-7001, Buy American Act and Balance of Payments Program 252.232-7010, Levies on Contract Payments 252.247.7024, Notification of Transportation of Supplies by Sea The following FAR Provisions/Clauses are included by Full Text: Provisions: 52.212-3, Offerors Representation and Certification Reports 52.222-22, Previous Contracts and Compliance Reports 52.222-25, Affirmative Action Compliance 52.252-1, Solicitation Provisions Incorporated by Reference http://farsite.hill.af.mil/vffara.htm 252.225-7000, Buy American Act- Balance of Payments Program Certificate Clauses: 52.204-9, Personal Identity Verification of Contractor Personnel 52.209-1, Qualification Requirements 52.209-6 Protecting the Government's Interest when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment. 52.212-5, Contract Terms and Conditions Required to implement Statutes Or Executive Orders-Commercial Items. The following FAR Clauses cited in this clause also applies: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards, 52.209-6, Protecting the Government's interest when Subcontracting with Contractors Debarred, suspended or proposed for debarment, 52.219-28, Post Award Business Program Representation, 52.222-3, Convict Labor, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-41, Service Contract Act of 1965, 52.222-42, Statement of Equivalent Rates for Federal Hires, 52.222-44, Fair Labor Standards Act and Service Contract Act -Price Adjustment, 52.222-50, Combating Trafficking in Persons, 52.223-18, Contractor Policy to Ban Text Messaging While Driving, 52.225-13, Restriction on Certain Foreign Purchases, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, 52.233-3, Protest After Award, 52.233-4, Applicable Law for Breach of Contract Claim 52.252-2, Clauses Incorporated by Reference http://farsite.hill.af.mil/vffara.htm 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. 252.232-7003, Electronic Submission of Payment Requests. 252.247-7023, Transportation of Supplies by Sea AFFARS 5352.201-9101, Ombudsman: If resolution cannot be made by the contracting officer, concerned parties may contact Center/MAJCOM ombudsman, [ Mr. Gregory Oneal, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0160, fax (618) 256-6668, email: gregory.oneal@us.af.mil.] Concerns, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone (703) 588-7004, fax (703) 588-1067. Wide Area Workflow-Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at NO COST to the contractor and training will be provided. Information available at no cost is located at http://www.wawftraining.com. Prospective vendors should also provide payment terms, delivery time, FOB (destination or origin), name, address, contact info, cage code, federal tax ID, and DUNS numbers, CCR registration. DISCOUNT TERMS: DAYS ARO FOR DELIVERY: NAME AND ADDRESS OF QUOTER: TELEPHONE NO (INCLUDE AREA CODE) FAX NUMBER: E-MAIL ADDRESS: ENROLLED IN SAM? Yes____ No____ CAGE CODE NUMBER: DUNS: TAX ID #: SIGNATURE OF PERSON AUTHORIZED TO SIGN: NAME AND TITLE OF SIGNER: DATE OF QUOTATION:
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/436CONS/F1Q3CS3093AQ02/listing.html)
 
Place of Performance
Address: Dover Air Force Base, Dover, Delaware, 19902, United States
Zip Code: 19902
 
Record
SN03084755-W 20130612/130610235940-95cbf84e68ca026adc37f191df42c9d6 (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.