Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2003 FBO #0647
SOLICITATION NOTICE

83 -- Purchase of three inflatable tents

Notice Date
9/3/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Mobility Command, 22 CONS, 53147 Kansas St Suite 102, McConnell AFB, KS, 67221-3606
 
ZIP Code
67221-3606
 
Solicitation Number
F14614-03-Q-0018
 
Response Due
9/15/2003
 
Archive Date
9/30/2003
 
Point of Contact
Troy Lard, Contract Specialist, Phone 316-759-4527, Fax 316-759-4507, - Jeffrey McRae, Contract Specialist, Phone 316-759-4536, Fax 316-759-4507,
 
E-Mail Address
troy.lard@mcconnell.af.mil, jeffrey.mcrae@mcconnell.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. F14614-03-Q-0018 is being issued as a Request for Quotation, which incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2001-14. This acquisition is reserved for small businesses. The associated NAICS code for this acquisition is 314912, small business standard size is 500 employees. McConnell AFB KS plans to acquire the following item: Shelters, inflatable (21’ long X 19’ wide), (400SF), exterior canopy (green)/removable floor/ white top for light, 4 utility ducts, no skylights, 4 windows, electric 110V inflator/deflator and Air Bottle Connection Hose, carrying case and maintenance kit. Part # 8200, Model # 400. Manufacturer Zumro “or equal.” Quantity will be 3 each. The following provisions in their latest editions apply to this solicitation: FAR 52.212-1, Instructions to Offerors, Commercial. FAR 52.212-2, Evaluation, Commercial Items (a) The Government will award a 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 following factor will be used to evaluate offers: Price and technical capabilities. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors shall include a completed copy of FAR 52.212-3 Alt I, Offerors Representations and Certifications-- Commercial Items, with their quotes. Offeror shall include a completed copy of DFARS 252.225-7000, Buy American Act—Balance of Payments Program Certificate, if applicable. A copy of the Offerors Representations and Certifications and Buy American Act—Balance of Payments Program Certificate may be obtained from http://farsite.hill.af.mil. FAR 52.212-4, Contract Terms and Conditions, Commercial Items. Class Deviation 2001-O0002, FAR 52.212-5 (DEV), Contract Terms and Conditions Required to Implement Statutes or Executive Orders. FAR Clause 6.302-1(c) Only one responsible source and no other supplies or services will satisfy agency requirements. Award will be made to the most responsive offeror proposing the Inflatable Shelters determined to be the most advantageous to the government in accordance with the evaluation factors listed above. FOB shall be Destination to 22 CES/CERF, Bldg 695, McConnell AFB, KS 67221. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). Offerors shall respond to this solicitation by 4:30 PM CST on 15 September 2003. FAR 52.232-18 Availability of Funds- Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. The following additional FAR clauses/provisions apply 52.209-6, 52-211-6, 52-219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-22, 52.222-25, 52.222-35, 52.222-36, 52.222-37, 52.225-13 (DEV), 52.232-33, 52.233-3, 52.246-1, and 52.247-34. FAR 52.252-1 and 52.252-2 apply and are filled in to read http://farsite.hill.af.mil/. FAR 52.252-5 and 52.252-6 apply and are filled in to read Defense Federal Acquisition Regulation Supplement, Chapter 2. DFARS clauses 252.204-7004, 52.212-7001 (DEV), 252.225-7001, 252.225-7002, 252.243-7001, 252.246-7000, and 252.247-7023, Alt III apply to this procurement. Due to the unavailability of funds, all submitted proposals must be guaranteed for at least 60 days. Offers can be faxed to A1C Troy Lard 316-759-5634, or e-mailed to troy.lard@mcconnell.af.mil.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AMC/22CONS/F14614-03-Q-0018/listing.html)
 
Place of Performance
Address: 22 CES/CERF Build. 695 McConnell AFB, KS
Zip Code: 67221
Country: USA
 
Record
SN00424790-F 20030905/030903214143 (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.