MODIFICATION
59 -- GE Spectra Busway and Plugs IAW Bill of Material for Scott AFB, IL
- Notice Date
- 8/18/2014
- Notice Type
- Modification/Amendment
- NAICS
- 335311
— Power, Distribution, and Specialty Transformer Manufacturing
- Contracting Office
- ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
- ZIP Code
- 61299-6500
- Solicitation Number
- W52P1J14T0029
- Response Due
- 8/22/2014
- Archive Date
- 10/17/2014
- Point of Contact
- Mary Beth Ford, 309-782-2723
- E-Mail Address
-
ACC - Rock Island (ACC-RI)
(marybeth.b.ford.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The 375th Contracting Squadron at Scott AFB, IL is contemplating an award for General Electric Spectra Series Busway and Plugs IAW the attached Bill of Material (BOM) for Scott AFB, IL. This is a commercial purchase using FAR Part 12 and Part 13 procedures. The following information, as required per FAR 12.603(c)(2) applies: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Commercial Solicitation Preparation Guide for The Acquisition of Commercial Items by DoD, supplemented with additional information included in this notice. This announcement constitutes the only Request For Quote (RFQ); quotes are being requested and a written solicitation will not be issued. (ii) The solicitation, reference number W52P1J14T0029, is being issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-67 effective 21 June 2013, and the Defense Federal Acquisition Regulation Supplement DPN 20130617 Edition. (iv) The acquisition is 100% set aside for small business under North American Industry Classification System (NAICS) code #335311, small business size 750. (v) Contract Line Item Number(s) (CLINS): CLIN 0001 Total price for the Bill of Material Lot including shipping. QTY Lot Part Number/Description 437 SBUSSC332500HGJGPPI - GE SPECTRA BUSWAY 2 SBUSC332500HGJGPPITEE- GE SPECTRA TEE 2 SBUSC332500HGJGPPIECTB- GE SPECTRA ECTB 5 SBUSC332500HGJGPPI90ELB- GE SPECTRA 90 ELBOW 4 SBUS332500HGJGPPICOMBOELB - GE SPECTRA CROSS ELBOW 8 SB322SFLG - GE SPECTRA BUS PLUG 2 SBUS332500HGJGPPIEC 2 SB3RA5BA250SH (vi) The Bill of Material (ATTACHMENT 0001) is for one lot of specified GE Spectra Series Busway electrical components to support the Scott Data Center redundant electrical BUS upgrade. Authorized General Electric Distributors must order the manufacture and delivery of these parts through General Electric. (vii) The parts must be shipped to the following address and received no later than close of business 25 September 2014 IAW ATTACHMENT 0002: USAF AMC 375 CG/SCX Bldg 1575 POC: Doug McKinney 103 W. Losey St, Bldg 1575 Scott AFB, IL 62225 The Acceptance Official will be: Mr. Doug McKinney Douglas.mckinney@us.af.mil 618-229-5603 (viii) ADDENDUM TO 52.212-1: PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE: 1. DUNS Number 2. TIN Number 3. CAGE Code 4. Contractor Name 5. Payment Terms/Discount (i.e. Net 15, Net 30, etc.) 6. Delivery (i.e. 15 days, 4 weeks, etc.) 7. Business Size (i.e. small business, women-owned, etc.) 8. POC/Phone Number 9. Fax Number 10. Email Address 11. FOB (Destination/Origin) (ix) Evaluation of quotes will be conducted using Simplified Acquisition Procedures per FAR Part 13.106. The evaluation criteria is: LOWEST PRICE TECHNICALLY ACCEPTABLE (LPTA). Acceptable quotes must be from authorized GE Distributors that meet the terms of the Bill of Material, the delivery schedule, and include warranty. (x) Offerors must include with their proposal a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their quote, unless this information has been submitted electronically as part of its annual representations and certificates at https://www.sam.gov. As prescribed in FAR 52.212-3 Offeror Representations and Certifications Commercial Items, an offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certificates electronically at https://www.sam.gov. If an offeror has not completed the annual representations and certifications electronically at the SAM website, the offeror shall complete only paragraphs (c) through (o) of this provision. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Jun 2013)applies. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Jan 2013) applies. (xiii) The following additional FAR clauses apply to this acquisition: 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 52.222-26, Equal Opportunity FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.223-18, Encouraging Contractor Policies to ban Text Messaging while Driving FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration The following provisions and clauses also apply and in accordance with FAR 52.252-1 and FAR 52.252-2, are incorporated by reference: FAR 52.222-22, Previous Contracts and Compliance Reports DFARS 252.204-7003, Control of Government Personnel Work Product FAR 52.252-1, Solicitation Provision Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (xi) In accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 252.204-7004, Alternate A, System for Award Management, prior to receiving any contract award, contractors must be registered in the System for Award Management (SAM). If not already registered, you should immediately register with SAM via the Internet at https://www.sam.gov/. Confirmation of SAM registration must be obtained before award can be made. (xii) In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests, Department of Defense (DoD) Appropriations Act of 2001, Section 1008 Electronic Submission and Processing of Claims for Contract Payments, requires that any claim for payment under a DoD contract shall be submitted in electronic form. Wide Area WorkFlow (WAWF) is the DoD system for implementing this statutory requirement. Use of the system is at NO COST to the contractor and training is available at https://wawf.eb.mil/ /. (xiii) This acquisition requires no other additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. (xiv) Quotes Are Due To ACC-RI, NO LATER Than 1000 CT on 18 August 2014. (xv) Quotes are due to: By mail: ACC-RI Attn: Mary Beth Ford 3055 Rodman Avenue, Bldg 60, 2nd Floor Rock Island IL 61299-8000 By email: mailto:Marybeth.ford2.civ@mail.mil (xvi) Period for Acceptance of Quotes: The offeror agrees to hold the prices in its quote firm for 45 calendar days from the date specified for receipt of quotes. The Government is not liable for any costs incurred for quote preparation. (xviii) The point of contact for this acquisition is Ms. Mary Beth Ford: phone 309-782-2723; e-mail marybeth.ford2.civ@mail.mil. In the event this individual is not available, contact Ms. Wanda L. Malvik: phone 309-782-5929; e-mail wanda.l.malvik.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/eda97b32f1e9a0ccd1b7ca68c26e49db)
- Place of Performance
- Address: ACC - Rock Island (ACC-RI) ATTN: AMSAS-AC, Rock Island IL
- Zip Code: 61299-6500
- Zip Code: 61299-6500
- Record
- SN03469827-W 20140820/140819000331-eda97b32f1e9a0ccd1b7ca68c26e49db (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 |