|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 17,1998 PSA#2182325th Contracting Squadron, 501 Illinois Avenue, STE 5, Tyndall AFB, FL
32403-5526 51 -- AVIONIC TOOL KITS SOL F0863798QY367 DUE 092298 POC SSgt. Todd D.
Cook (850) 283-8618 or SSgt Russell Beasley (850) 283-8646 The 325th
Contracting Squadron at Tyndall AFB FL intends to award a purchase
order under Simplified Acquisition Procedures (SAP) for the purchase of
Composite Tool Kits. This is a combined synopsis/ solicitation for
commercial items prepared in accordance with the format in FAR Subparts
12.6 and 13.5, 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 solicitation number is F08637-98-QY367 and is issued as a
Request for Quotation (RFQ). The solicitation document, incorporated
provisions, and clauses are those in effect through the Federal
Acquisition Circular 97-7 and Defense Acquisition Circular 91-13. This
solicitation is UNRESTRICTED in accordance with FAR Part 19. The
Standard Industrialization Code is 7389, size standard $3.5 Million.
The contractor shall provide the following: Composite Tool Kits in
accordance with the layout, schedule, and specification which are
availableat this time electronically. Hard copies of the solicitation
including the specification will NOT be provided. The solicitation
package including the specification can be obtained on HQ AETC
Contracting Homepage at http://www-contracting.aetc.af.mil/ . System
format of the specifications is in Microsoft Word 6.0/95. Prospective
offerors shall be responsible for checking the AETC Contracting
Homepage periodically for most current information pertaining to this
solicitation. Please acknowledge all requirements on quotations.
Offerors must provide brochures/literature of the items being offered
along with their quote. The technical literature submitted needs to
clearly communicate the offeror's understanding and compliance with the
minimum requirements as set forth in the specifications or any
alternative proposal submitted in response to this RFQ. Discussions may
or may not be held with offeror's; therefore, each offeror's initial
proposal should be complete andaccurate. FOB destination is required by
the Government. FOB point is Tyndall AFB FL. The required delivery date
is 30 Dec 98. Contractor shall provide all materials, labor, and
transportation necessary to delivery the items. Offerors must provide
warranty information specific to all equipment. The following
provisions and clauses can be viewed through internet access at the Air
Force FAR Site, http://farsite.hill.af.mil. In Accordance with FAR
52.252-1 (FEB 1998) and FAR 52.252-2 (FEB 1998), the following
provisions and clauses are incorporated by reference: FAR 52.212-1,
Instructions to Offerors, Commercial Items (AUG 1998), with the
following: technical description of the items being offered in
sufficient detail to evaluate compliance with the requirements of the
solicitation (i.e. product literature), the terms of any expressed
warranty, price and any discounts, and delivery times; FAR 52.212-2,
Evaluation, Commercial Items (MAR 1998). Award will be made to the
offeror whose proposal representsthe best value to the Government. The
following factors shall be used to evaluate offers: A combination of
the technical evaluation, past performance, and price will determine
the bestvalue to the Government. Technical compliance/acceptability and
past performance are more important than price. Alternative proposals
are encouraged. The minimum requirements as set forth in the
specifications reflect the Government's desired features. However,
alternative proposals demonstrating technically equivalent or
technically superior performance characteristics than those outlined in
the specifications will be considered. Offerors must provide along with
their quote, information regarding past performance. Offerors must
submit company names, addresses, telephone numbers, names of contacts,
contract numbers, and any other pertinent information to document past
performance required by the Government. This information must include
atleast a minimum of three contracts placed over the past three years.
Past performance will be used to evaluate the contractor's ability to
perform. Past performance information should be submitted by
22-Sep-98; OFFERORS MUST INCLUDE WITH THEIR PROPOSAL A COMPLETED COPY
OF THE PROVISION AT 52.212-3, OFFEROR REPRESENTATIONS AND
CERTIFICATIONS-COMMERCIAL ITEMS (JAN 1997) AND DFARS 252.212-7000
OFFEROR REPRESENTATIONS AND CERTIFICATION, COMMERCIAL ITEMS (NOV 1995)
WITH THEIR QUOTE. Contract Terms and Conditions -- Commercial Items.
It is tailored as follows: subparagraph c is changed to read: "Changes.
Changes in the terms and conditions of this contract may be made only
by written agreement of the parties with the exception of
administrative changes such as changes in paying office, appropriations
data, etc. which may be changed unilaterally by the Government." ; FAR
52.212-5, Contract Terms and Conditions Required to Implement Statutes
or Executive Orders -- Commercial Items (Jun 1998); FAR 52.203-6,
Restrictions on Subcontractor Sales to the Government (Alt 1)
(Oct1995); FAR 52.222-26, Equal Opportunity (Deviation) (Apr 1984); FAR
52.222-35, Affirmative Action for Disabled Veterans and Veterans of the
Vietnam Era (Apr 1998); FAR 52.222-36, Affirmative Action for Workers
with Disabilities (Jun 1998); FAR 52.222-37, Employment Reports on
Disabled Veterans and Veterans of the Vietnam Era (Apr 1988); FAR
52.225-18, European Sanction for End Products (Jan 1996); FAR
52.232-33, Mandatory Information for Electronic Funds Transfer Payment
is required; 52.247-34, F.O.B. Destination (Nov 1991). In accordance
with DFARS 252.204-7004, REQUIRED CENTRAL CONTRACTOR REGISTRATION (MAR
1998), prior to receiving any contract award, contractors must be
registered in the Central Contract Registration (CCR). If not already
registered, you should immediately register with CCR by calling
1-888-227-2423 or via the Internet at http://ccr.edi.disa.mil. On-line
registration with the CCR is also available at the Small Business
Administration Internet address (www.sbaonline.sba.gov). Confirmation
of CCR registration must be obtained before award can be made. DFARS
252.225-7001, Buy American Act and Balance of Payment Program (Mar
1998); DFARS 252.225-7007, Buy American Act -- Trade Agreements --
Balance of Payment Program (Mar 1998); DFARS 252.225-7012, Preference
for Certain Domestic Commodities (Sep 1997); DFARS 252.225-7036, Buy
American Act -- North American Free Trade Agreement Implementation Act
-- Balance of Payment Program (Mar 1998); DFARS 252.227-7015,
Technical Data -- Commercial Items (Nov 1995); DFARS 252.227-7037,
Validation of Restrictive Markings in Technical Data (Nov 1995); DFARS
252.232-7009, Payment by Electronic Fund Transfer (Jun 1998); DFARS
252.243-7002, Certification of Requests for Equitable Adjustment (Jul
1997). Award is based on availability of funds. Quotes should reference
RFQ No. F08637-98-QY367. Offers must be sent in writing to the Contract
Administrator SSgt Todd D. Cook no later than 22-Sep-98 at 2:00 P.M.
(CST) to 325 CONS/LGCS ATTN SSgt Cook, 501 Illinois Ave., Suite 5,
Tyndall AFB FL 32403-5526. For more information contact the
administrator SSgt Todd D. Cook at (850) 283-8618 or SSgt Russell
Beasley at (850) 283-8646. You may also email SSgt Cook at
Todd.Cook@Tyndall.af.mil or you may email SSgt Beasley at
Russell.Beasley@Tyndall.af.mil. Posted 09/15/98 (W-SN249874). (0258) Loren Data Corp. http://www.ld.com (SYN# 0230 19980917\51-0001.SOL)
51 - Hand Tools Index Page
|
|