SOLICITATION NOTICE
38 -- Trailer Mounted Fuel Evacuation Vacuum Unit - Package #1
- Notice Date
- 8/25/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333911
— Pump and Pumping Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Global Strike Command, 5 CONS, 211 Missle Avenue, Minot AFB, North Dakota, 58705-5027, United States
- ZIP Code
- 58705-5027
- Solicitation Number
- FA4528-15-RFQ-F3C3PC5183AW01
- Point of Contact
- Scott L. Stauffer, Phone: 7017234178, Angela Klein, Phone: 701-723-3057
- E-Mail Address
-
scott.stauffer@us.af.mil, angela.klein@us.af.mil
(scott.stauffer@us.af.mil, angela.klein@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- RFQ (i) 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. (ii) The solicitation number FA4528-15-RFQ-F3C3PC5183AW01 is being issued as a request for quotation. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. (iv) This acquisition is 100 percent set aside for Small Businesses. The North American Industry Classification System (NAICS) code is 333911 with a size standard not to exceed 500 employees. Offerors proposing to furnish an end product it did not manufacture (a "nonmanufacturer") must meet the requirements of FAR 19.102(f) to be considered a Small Business. (v) CLIN 0001 - Trailer Mounted Evacuation Vacuum Unit (1 Qty), CLIN 0002 - Washer Tank Kit (1 Qty) See attached Request for Quotation for details. (vi) Contractor must provide an evacuation trailer vacuum unit that adheres to the attached specification sheet. (vii) Place of delivery is Minot AFB, ND 58705 and is FOB destination. (viii) The provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. Addendums made to FAR 52.212-1: paragraph (a) is changed to read: (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code for this acquisition is 333911 and small business size standard is 500 employees. Paragraph (b)(4), is changed to read: (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. Product literature, or other documents to include technical specifications and preferably pictures, must be included for evacuation trailer being offered. (ix) The provision 52.212-2, Evaluation-Commercial Items, applies to this procurement. (a) The government will award a firm-fixed price contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The other factors considered will be the ability to meet the salient characteristics of the items above. Award will be based on the best value to the Government. (x) The government advises Offerors to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. Offerors are also reminded to complete Offeror Representations and Certifications online at https://www.sam.gov/portal/public/SAM/ prior to submitting an offer. (xi) Clause 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. (xii) Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition and the additional FAR clauses cited in the clause are applicable: 52.204-10, 52.209-6, 52.219-6, 52.222-3, 19, 21, 26, 36, 52.223-18, 52.225-13, and 52.232-33. (xiii) Additional FAR provisions and clauses that apply are: 52.204-7, 13, 52.225-25 and 52.232-40. Applicable DFARS clauses and provisions that apply are 252.203-7000, 7005, 7998, 7999, 252.204-7011, 7012, 7015, 252.209-7999, 252.211-7003, 252.223-7008, 252.225-7001, 7021, 7036, 252.232-7003, 7006, 7010, 252.244-7000, and 252.247-7023. Applicable AFFARS clauses that apply are 5352.201-9101 and 5352.223-9000. (xiv) There is no Defense Priorities and Allocations System (DPAS) rating applicable for this procurement. (xv) All offerors must submit a quote by 9 Sep 2015 at 2:30 pm Central Standard Time on, 2015. Quotes received after that time may not be considered. (xvii) Any questions regarding this notice should be directed to Scott Stauffer, 5 CONS/LGCS, 165 Missile Avenue, Minot, ND 58705, (701) 723-4178, or by email to scott.stauffer@us.af.mil. The alternate contact is Angie Klein at (701) 723-3057 or email angela.klein@us.af.mil. The response to this solicitation may be accomplished by mail, electronically, or facsimile. The fax number is (701) 723-4172.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3c5c5fcc7909566cdf0733023095431f)
- Place of Performance
- Address: 505 Bomber Blvd, Minot AFB, ND. 58705, Minot AFB, North Dakota, 58705, United States
- Zip Code: 58705
- Zip Code: 58705
- Record
- SN03854294-W 20150827/150825235419-3c5c5fcc7909566cdf0733023095431f (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 |