Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 07, 2003 FBO #0460
SOLICITATION NOTICE

23 -- FOD Sweeper

Notice Date
3/5/2003
 
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-F1WC1830590100
 
Response Due
3/17/2003
 
Archive Date
4/1/2003
 
Point of Contact
Charles Hargett, Contract Specialist, Phone 850-283-8617, Fax 850-283-3963, - Paul Szymanski, Contract Specialist, Phone 850-283-1260, Fax 850-283-3963,
 
E-Mail Address
charles.hargett@tyndall.af.mil, paul.szymanki@tyndall.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The 325th Contracting Squadron at Tyndall AFB FL intends to award a purchase order under Simplified Acquisition Procedures (SAP) for the purchase of three (3) foreign object debris (FOD) sweeper, FOD Control Corp. FOD BOSS – 8 Package, or equal item. 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 Purchase Request number is F1WC1830590100 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 01-12 and Defense Acquisition Circular 91-13. This solicitation is 100 % Small Biseness Set Aside in accordance with FAR Part 19. The North American Industry Classification System (NAICS) code is 333999, size standard 500. Offers shall contain the following specifications: 1. Contains no moving parts. Sweeps by friction, activated as tow vehicle pulls it along. 2. Picks up ferrous and non-ferrous debris. 3. Adaptable to several tow vehicle types 4. Able to sweep 8 foot swath (Approximate dimensions: 8’ x 5’ x 2”). 5. Capable of operating speeds of a min of 4 MPH up to a max of 25 MPH 6. Capable of sweeping approximately 1 million square feet per hour. 7. Utilizes auto disconnect feature if unit becomes too heavy or snags something during operation. 8. Able to be folded into a portable unit of approximately 12” W x 8’ 4” L, weighing 62lbs. If an or equal item is submitted, the item must conform to the above 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. 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 and accurate. FOB destination is required by the Government. FOB point is Tyndall AFB, FL 32403. The required delivery date is 15 Apr 03. 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 (OCT 2000) and FAR 52.252-2 (JAN 1999), the following provisions and clauses are incorporated by reference: FAR 52.212-1, Instructions to Offerors, Commercial Items (OCT 2000), 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 (JAN 1999). Award will be made to the offeror whose proposal represents the best value to the Government. The following factors shall be used to evaluate offers: best value to the government. Alternative proposals are encouraged. However, alternative proposals demonstrating technically expertise and superior performance will be considered. OFFERORS MUST INCLUDE WITH THEIR PROPOSAL A COMPLETED COPY OF THE PROVISION AT 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (JUL 2002) AND DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATION, COMMERCIAL ITEMS (NOV 1995) WITH THEIR QUOTE. 52.212-4 Contract Terms and Conditions -- Commercial Items (FEB 2002) 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 (MAY 2002); FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Alt 1) (Oct 1995); FAR 52.222-26, Equal Opportunity (Deviation) (Apr 2002); FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (DEC 2001); 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 (DEC 2001); FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment is required (MAY 1999); 52.247-34, F.O.B. Destination (Nov 1991). In accordance with DFARS 252.204-7004, REQUIRED CENTRAL CONTRACTOR REGISTRATION (NOV 2001), 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 252.225-7012, Preference for Certain Domestic Commodities (FEB 2003); 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 (SEP 1999); DFARS 252.232-7009, Payment by Electronic Fund Transfer (JUL 2000). Quotes should reference RFQ No. F1WC1830590100. Offers must be sent via e-mail or fax to the Purchasing Agent SSgt Charles Hargett no later than 2:00 P.M. (CST) on the 17 March 2003 to 325 CONS/LGCAB ATTN: Charles Hargett, For more information contact the administrator Charles Hargett at (850) 283-8617 or Ken Longstreet at (850) 283-8619. You may also email charles.hargett@tyndall.af.mil.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AETC/TynAFBCS/Reference-Number-F1WC1830590100/listing.html)
 
Place of Performance
Address: Tyndall AFB, FL
Zip Code: 32403
Country: USA
 
Record
SN00272119-F 20030307/030305221421 (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.