Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 10, 2014 FBO #4673
SOLICITATION NOTICE

39 -- Baler, conveyor,shredder - Vendor quotation - Statement of need

Notice Date
9/8/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Columbus AFB, Contracting Squadron, 495 Harpe Blvd Suite 256C, Columbus AFB, Mississippi, 39710, United States
 
ZIP Code
39710
 
Solicitation Number
F1N3BB4231A001
 
Archive Date
10/1/2014
 
Point of Contact
Bryan E. Galcik, Phone: 6624347772, Gregory T. Hovland, Phone: 6624347774
 
E-Mail Address
bryan.galcik@us.af.mil, gregory.hovland@us.af.mil
(bryan.galcik@us.af.mil, gregory.hovland@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Need dated 20 August 2014 Vendor quotation template 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 document will not be issued. This solicitation is issued as a Request for Quotation (RFQ); solicitation/reference number is F1N3BB4231A001. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76. This acquisition is a Total Small Business Set-aside. The associated North American Industry Classification System (NAICS) code is 333999 and the small business size standard is 500 employees. Columbus Air Force Base has a requirement for the purchase and installation of an International Baler, model NA-1295 closed door, an Automatic Horizontal and Ameri-Shred Pierce and Tear Shredder (designed to be mounted on top of NA-1295 Baler), and an Ameri-Shred cleated infeed conveyor or equal. The offeror shall provide all management, labor, transportation, equipment, tools, materials and other items necessary to purchase and install this equipment. This requirement shall be completed 30 days ADC and the contractor shall provide FOB Destination, delivered to Columbus AFB, MS 39710 All interested parties must be registered with the System for Award Management (SAM) as prescribed in FAR 52.204-7. Contractors are required to be registered in SAM prior to submitting invoices. The SAM site can be accessed at https://www.sam.gov/portal/public/SAM/. The following FAR provisions and clauses apply to this acquisition: 52.204-7, System for Award Management 52.204-13, System for Award Management Maintenance 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition; no addenda are included. 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items applies; offerors shall complete the Online Representations & Certifications Application (ORCA) via the SAM site at https://www.sam.gov/portal/public/SAM/ ; ensure information is accurate and current. 52.212-4, Contract 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 within 52.212-5 are applicable : 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interest When Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment 52.211-6, Brand Name or Equal 52.219-6, Notice of Total Small Business Aside; 52.219-28, Post Award Small Business Program Representation; 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; 52.222-35, Equal Opportunity Veterans 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Veterans 52.223-18, Encouraging Contractor Policy to Ban Text Messaging while Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - System For Award Management. 52.247-34, F.o.b Destination 52.252-1, Solicitation Provisions Incorporated by Reference and; 52.252-2, Clauses Incorporated by Reference with the following fill-ins: http://farsite.hill.af.mil/vffara.htm ; The following Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply: 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, 252.204-7003 Control of Government Personnel Work Product, 252.232-7010 Levies on Contract Payments, 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 and Receiving Reports; 252.247-7023, Transportation of Supplies by Sea, Alternate III. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) provisions and clauses apply: 5352.201-9101, Ombudsman; 5352.223-9001, Health and Safety on Government Installations; EVALUATION CRITERIA: 52.212-2 -- Evaluation -- Commercial Items applies to this acquisition. The specific evaluation criteria in 52.212-2 paragraph (a) are as follows: Award will be based on the best value to the Government in terms of price and technical acceptability. An offer will be considered technically acceptable as long as it meets the requirements specified in the attached SOW dated 20 Aug 2014. Contact Bryan Galcik, Contracting Specialist, telephone (662) 434-7772, fax (662) 434-3049 or e-mail: bryan.galcik@us.af.mil regarding any questions about this solicitation. All offers must be submitted by e-mail to the Contract Specialist no later than 16 Sep 2014 by 12:00 p.m. CST. A "Quotation Template" has been provided to ensure the needed information is included with your offer; if a company template or format is used, ensure you include this needed information. Oral quotes will not be accepted. Attachements: SON dated 20 Aug 2014 Vendor quotation template
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/ColAFBCS/F1N3BB4231A001/listing.html)
 
Place of Performance
Address: CAFB MS 39705, Columbus, Mississippi, 39705, United States
Zip Code: 39705
 
Record
SN03500196-W 20140910/140909022033-68c449ed8dd97ef23f4a932a26f857c2 (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.