SOLICITATION NOTICE
59 -- Single Jacketed Power Cable Assembly
- Notice Date
- 7/10/2006
- Notice Type
- Solicitation Notice
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and Component Manufacturing
- Contracting Office
- Department of the Air Force, Air Combat Command, 28 CONS, 1000 Ellsworth Street, Suite 1200, Ellsworth AFB, SD, 57706-4904
- ZIP Code
- 57706-4904
- Solicitation Number
- FA4690-06-Q-0006
- Response Due
- 7/20/2006
- Archive Date
- 8/4/2006
- 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, paper copies of this solicitation will not be available. This is a commercial solicitation using Simplified Acquisition Procedures found in FAR Part 13, soliciatation no. FA4690-06-Q-0006 and is issued as a request for quotes (RFQ) on 10 July 2006. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2001-24. FAR clause descriptions are available via the Internet at http://farsite.hill.af.mil/. NAICS code: 335999. Size Standard: 500 employees. This solicitation is to purchase an : Item 1 ( 6 each ) 110' ETL Listed 240/400 VAC, Single Jackedted Power Cable Assembly, 18- #18's (Control), 6- #4's (Phase) and 1- #1 for neutral. Cable will have B-1 Bomber head assembly without replaceable contact section (nose). Cable weight is apporx 2.1lbs per foot and is 1.65" O.D., or equal. Item 2 Shipment cost of requirement on wooden reels. The estimated date of delivery will be 30 days ADC with FOB: Destination for delivery to 28 MXS 1750 Bergstrom Drive, Ellsworth AFB, SD 57706. 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. The following factors shall be used to evaluate offers: price. The following clauses and provisions apply to this solicitation; FAR 52.212-1 "Instruction to Offerors - Commercial Items", Offerors are reminded to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items with its offer, or go online and activate their on-line reps and certifications applications at http://www.bpn.gov/orca/. The before mentioned provision is included in Attachment I., FAR 52.212-4 "Contract Terms and Conditions" , is hereby incorporated by reference, FAR 52.212-5 "Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items", FAR 52.213-3 "Notice to Suppliers", FAR 52.219-6 "Notice of Total Small Business Set Aside", FAR 52.222-3 "Convict Labor", FAR 52.222-19 "Child Labor - Cooperation with Authorities and Remedies", FAR 52.222-21 "Prohibition of Segregated Facilities", FAR 52.222-26 "Equal Opportunity", FAR 52.225-1 "Buy American Act - Supplies", FAR 52.225-13 "Restriction on Certain Foreign Purchases", FAR 52.225-16 "sanctioned European Union Country Services", FAR 52.232-33 "Payment by EFT - CCR", and FAR 52-247-34 "F.o.b. Destination". 5352.201-9101 OMBUDSMAN (10 AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Colonel David Glowacki, 130 Douglas Street, Suite 210, Langley AFB VA 23665-2791, phone: (757) 764-5371, fax: (757) 764-4400, email: david.glowaacki@langley.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. 5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (MAY 1996) (a) The contractor shall obtain base identification and vehicle passes for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver?s license, current vehicle registration, valid vehicle insurance certificate, and 1copy of contract to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-209, the Air Force Resource Protection Program, and AFI 31-501, Personnel Security Program Management, as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Prior to submitting an invoice for final payment, the prime contractor shall obtain a clearance certification from the issuing office which states all base identification passes have been turned in, accounted for, or transferred to a follow-on contract. This certification shall be submitted to the contracting officer prior to submission of the final invoice for payment. (g) Failure to comply with these requirements may result in withholding of final payment. FAR 52.212-3 must be completed and returned with offers, offers may be faxed to 28 CONS/LGCA at (605) 385-1741, or mailed to 28 CONS/LGCA, 1000 Ellsworth St, Ellsworth AFB, SD 57706. The offers are due by 11:00 A.M. MST on 6 July 2006 attention to Brian Ruda. If additional information regarding this solicitation is needed please contact A1C Mark Chranowski at (605) 385-1733. Collect calls will not be accepted, e-mail: mark.chranowski@ellsworth.af.mil Offers are due no later than 1200 a.m. MST on 20 July 2006
- Place of Performance
- Address: Ellsworth AFB, SD
- Zip Code: 57706
- Country: UNITED STATES
- Zip Code: 57706
- Record
- SN01085598-W 20060712/060710220617 (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 |