Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 26, 2002 FBO #0145
SOLICITATION NOTICE

36 -- Hydraulic power unit set and Acessories

Notice Date
4/24/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5 Bldg 647, Tyndall AFB, FL, 32403-5526
 
ZIP Code
32403-5526
 
Solicitation Number
Reference-Number-F1TU2620990800
 
Response Due
4/25/2002
 
Archive Date
5/10/2002
 
Point of Contact
LaToya Brown, Contract Specialist, Phone 850-283-2593, Fax 850-283-8491,
 
E-Mail Address
latoya.brown@tyndall.af.mil
 
Description
The 325th Contracting Squadron at Tyndall AFB FL intends to award a purchase order on a sole source basis to Stanley Hydraulic Tools, 3810 S.E. Naef Rd, Milwaukie, under Simplified Acquisition Procedures (SAP) for the purchase of special, modified hydraulic power units, and hydraulic hose assemblies. In accordance with FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. Sole source to Stanley Hydraulic Tools because they supply a Hydraulic power unit that meets and or exceeds the operational requirements document for the MAAS arresting system. 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. A written solicitation will not be issued. The Purchase Request number is F1TU26209908 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 97-2 and Defense Acquisition Circular 91-13. The North American Industry Classification System (NAICS) code is 421830. The contractor shall provide the following: Stanley Hydraulic Tools: HPU-P/N 18299 (28 ea); Post Driver-P/N PD48142 (8 ea); Post Puller, P/N PP10100A (8 ea); Pavement Breaker, P/N BR67130 (8 ea);Rotary Hammer Drill-P/N HD45110 (10 ea); Dual Hydraulic Supply Hose-P/N 31848 (28 ea); Quick Disconnect Coupler Set ? P/N 24070 (30 ea); Cap and Plug Dust Covers ? P/N 03288 (50 ea); Bit, Carbide Tipped Relton ? P/N 736-11618 (30 ea); Asphalt Cutter ? P/N 02335 (14 ea); Chisel ? P/N 02338 (14 ea). Please acknowledge all requirements. This notice of intent is not a request for competitive proposals. A determination by the government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the government. Discussions may or may not be held with the offeror; therefore, the initial proposal should be complete and accurate. FOB destination is required by the Government. FOB point is Tyndall AFB . Contractor shall provide all materials, labor, and transportation necessary to complete this service. Offeror 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). The following factors shall be used to evaluate offers: best value to the government. 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) (Oct 1995); 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). Quotes should reference RFQ No. F1TU2620990800. Offers must be sent in electronically/written/fax to the Contracting Specialist LaToya Brown no later than 25 April 02 at 2:00 P.M. (CST) to 325 CONS/LGCS ATTN: LaToya Brown,501 Illinois Ave., Suite 5, Tyndall AFB FL 32403-5526. For more information contact the administrator LaToya Brown at (850) 283-2593 or John Sanderson at (850) 283-8667. You may also email LaToya.Brown@tyndall.af.mil.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AETC/TynAFBCS/Reference-Number-F1TU2620990800/listing.html)
 
Place of Performance
Address: 3810 S.E. NAEF ROAD MILWAUKIE, OR
Zip Code: 97267-5698
 
Record
SN00065958-F 20020426/020424214323 (fbodaily.com)
 
Source
FedBizOpps.gov 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.