SOLICITATION NOTICE
66 -- NDI Lifting Devices - Combined Synopsis/Solicitation
- Notice Date
- 8/8/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Department of the Air Force, Air Mobility Command, 22 CONS, 53384 Kansas St, Suite 110, McConnell AFB, Kansas, 67221-3702, United States
- ZIP Code
- 67221-3702
- Solicitation Number
- F2Z2954182AW01
- Archive Date
- 9/6/2014
- Point of Contact
- David C. White, Phone: 3167594098, Keith Baron Marasigan, Phone: 3167594597
- E-Mail Address
-
david.white.40@us.af.mil, keith.marasigan.ph@us.af.mil
(david.white.40@us.af.mil, keith.marasigan.ph@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Brand Name J&A Specifications RFQ In accordance with FAR 12.603(c)(2): 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 being issued as a Request for Quotation, which incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-76. The Government intends to award a Firm-Fixed Price Contract based on Lowest Price Technically Acceptable (LPTA). The associated NAICS code for this acquisition is 334519 with a size standard of 500 employees. The subject Request for Quote number is: F2Z2954182AW01. McConnell AFB, KS 67221-3702 plans to acquire the following project: NDI Lifting Devices The contractor shall replace five (5) processing stations on the current Penetrant Processing System (Manufacturer: Gould-Bass Company, Model: PT-48) and connect all required air, electrical and water lines to ensure a fully functional system. The new processing stations shall each contain a Gould Bass Lowerator (lifting device). This is a brand name requirement. A full system operational check shall be completed with the Non-Destruction Inspection (NDI) Section Chief prior to final acceptance. Item Description QTY 0001 Replace Penetrant Station One (1) in accordance with Specifications, dated 7 August 2014. 1 EA 0002 Replace Pre-Wash Station Three (3) in accordance with Specifications, dated 7 August 2014. 1 EA 0003 Replace Emulsifier Station Four (4) in accordance with Specifications, dated 7 August 2014. 1 EA 0004 Replace Post-Wash Station Five (5) in accordance with Specifications, dated 7 August 2014. 1 EA 0005 Replace Developer Station Six (6) in accordance with Specifications, dated 7 August 2014. 1 EA In accordance with FAR 52.219-6, Notice of Total Small Business Set-Aside, this is a notice that this order is a set-aside for small business concerns. Only quotes submitted by small business concerns shall be accepted by the Government. Any quote that is submitted by a contractor that is not a small business concern will not be considered for award. THIS IS AN UNFUNDED REQUIREMENT. FUNDS ARE NOT PRESENTLY AVAILABLE. ALL OFFERS MUST BE VALID THROUGH 30 SEPTEMBER 2014. The following provisions and clauses in their latest editions apply to this acquisition: FAR 52.212-1 -- Instruction to Offerors -- Commercial Items FAR 52.212-2 -- Evaluation -- Commercial Items FAR 52.212-3 -- Offeror Representation and Certifications -- Commercial Items FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items Additional FAR clauses will be incorporated into the resulting contract. Award will be made to the responsive offeror determined to be the most advantageous to the government in accordance with the criteria listed in the attached solicitation. Awardee will be required to invoice through Wide Area Work Flow (WAWF). Award can only be made to contractors registered in System for Award Management ( http://www.SAM.gov ). In accordance with AFFARS 5352.201-9101, Ombudsman, (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Mr. Gregory Oneal, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0267, fax (618) 256-6668, email: gregory.oneal@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested 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 number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. **Before contacting the Ombudsman please contact the Contracting Officer, 1 Lt Russell Long via email at: russell.long.3@us.af.mil **Offers are due by 12:00 p.m. CST Friday, 22 August 2014. Please fill out the attached solicitation and send with your offer. Interested parties shall submit their quotes via email to SSgt David White and Amn Keith Marasigan via email at: david.white.40@us.af.mil keith.marasigan.ph@us.af.mil **A site visit is recommended for this project and will be accommodated during the solicitation period. Please contact one of the contract administrators listed above if you would like to arrange a visit.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/22CONS/F2Z2954182AW01/listing.html)
- Place of Performance
- Address: McConnell AFB, McConnell AFB, Kansas, 67221, United States
- Zip Code: 67221
- Zip Code: 67221
- Record
- SN03458855-W 20140810/140809000104-20d9e0b9cb910998d0e592f3b92f28d2 (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 |