Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2006 FBO #1746
SOLICITATION NOTICE

12 -- Combined Synopsis/Solicatation for Fire Hoses, FA8601-06-T-0186

Notice Date
9/5/2006
 
Notice Type
Solicitation Notice
 
NAICS
314999 — All Other Miscellaneous Textile Product Mills
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, OH, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
FA8601-06-T-0186
 
Response Due
9/8/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for the purchase of various sizes of North American Dura Flow Fire Hose, a commercial commodity to be procured for Wright-Patterson Air Force Base, prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. Responses shall be faxed to Ms Jacque Davis, 88 CONS/PKB, 937-656-1412 with coversheet, or e-mailed to Jacqueline.Davis@wpafb.af. no later than 12:30 PM EST on 8 September 2006. The solicitation number is FA8601-06-T-0186. The associated North American Industry Classification System (NAICS) 314999. The size standard is 500 employees. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. No hard copies will be sent. This solicitation FA8601-06-T-0186 is a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (Fac) 2005-12, Effective 04 Aug 2006 & Class Deviation 2005-o0001. Proposed acquisition is 100% set aside for small business concerns. Under FAR 19, Nonmanufacturer rule" means that a contractor under a small business set aside or 8(a) contract shall be a small business under the applicable size standard and shall provide either its own product or that of another domestic small business manufacturing or processing concern (see 13 CFR 121.406). Small business link is http://sba.gov. Responding parties must indicate their business size status in relation to the applicable North American Industry Classification System (NAICS) code 334413 (size standard 500 employees). Businesses providing quotes shall identify and address if they are a large, small, 8(a), woman owned, Hubzone, or otherwise classified as a small disadvantaged business in their responses. Quotes are being solicited on a brand name or equal basis. Responding suppliers shall include descriptive literature (catalog sheets) with their quotations to allow the government to make a complete evaluation and appraisal of the offering with respect to the requirements set forth in this synopsis/solicitation and the salient characteristics document. The Contracting Officer will evaluate ?equal? products on the basis of the evaluation factors listed in the solicitation and the information furnished by the offeror or identified in the quote and reasonably available to the contracting officer. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT IDENTIFIED IN THE QUOTE. Include manufacturer?s name, model number and specifications in your quote. Unless the offeror clearly indicates in its offer that the product being offered is an ?equal? product, the offeror shall provide the brand name product referenced in the solicitation. A Firm Fixed Price type contract is anticipated with seven (7) line items. Minimum specifications are attached. Quotation packages shall include price quotation for delivery of proposed items to Wright-Patterson Air Force Base, Ohio, 45433-7765 (FOB Destination), best delivery date, payment terms, a Technical Capabilities Package, if offering other than North American Fire Hose product, that includes descriptive literature to allow a complete evaluation of the equipment being offered to determine if it meets minimum requirements. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT PROVIDED WITH THE QUOTATION. All offerors shall complete the fill-ins at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, is listed as an attachment and shall be submitted with the quotation. The following provisions apply to this acquisition and are hereby incorporated: FAR 52.212-1, Instructions to Offerors ? Commercial. Supplemented by the above instructions. FAR 52.212-2, Evaluation - Commercial Items. Evaluation criteria to be included in paragraph (a) of provision 52.212-2 are as follows: Evaluation of quotations and subsequent award will be based on a determination of best value to the Government based on technical capability of the item offered to meet the Government requirement and price, with technical capability being approximately equal to price. A technical description of the items being offered must be submitted in sufficient detail to evaluate compliance with the requirements. FAR 52.252-1, Solicitation Provisions Incorporated by reference. Fill In: http://farsite.hill.af.mil/ FAR 52.252-5, Authorized Deviations in Provisions. Fill In: Defense Federal Acquisition Regulation, 48 CFR Chapter 2 The following clauses are hereby incorporated and will be included in subsequent award either by reference or in full text: FAR 52.204-6, Data Universal Numbering System (DUNS) Number FAR 52.212-4, Contract Terms and Conditions -- Commercial Items FAR 52.211-6, Brand Name or Equal FAR 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation) FAR 52.222-3, Convict Labor FAR 52.222-18, Certifiation Regarding Knowledge of Child Labor for Listed End Products FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-22, Previous Contracts And Compliance Reports FAR 52.222-25, Affirmative Action Compliance FAR 52.222-26, Equal Opportunity FAR 52.222-35, Equal Opportunity for Special Disabled Veterans FAR 52-222-36, Affirmative Action for Workers with Disabilities FAR 52-222-37, Employment Reports on Special Disabled Veterans FAR 52.225-13, Restriction on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer - CCR FAR 52.233-3, Protest After Award FAR 52.247-34, F.O.B. - Destination FAR 52.252-2, Clauses Incorporated by Reference, Fill In: http://farsite.hill.af.mil FAR 52.252-6, Authorized Deviations in Clauses, Fill In: Defense Federal Acquisition Regulation (Defense Federal Acquisition Regulation, 48 CFR Chapter 2) DFARS 252.204-7004 Alt A, Required Central Contractor Registration Alternate A DFARS 252.204-7003, Control Of Government Personnel Work Product DFARS 252.211-7003, Item Identification and Validation (Fill In: N/A) DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Status or Executive Orders Application to Defense Acquisitions of Commercial Items DFARS 252.225-7001, Buy American Act and Balance of Payments DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7036, Buy American Act ? North American Free Trade Agreement Implementation Act, Balance of Payments Program DFARS 252.232-7003, Electronic Submission of Payment Requests AFFARS 5352.201-9101, Ombudsman, with fill in: Stephen J. Miller, ASC/AE, 1755 Eleventh Street, B570, Room 113, Wright-Patterson AFB OH 45433-7404, Telephone: 937-255-5315, Fax: 937-656-7193, Email: stephen.miller@wpafb.af.mil Be advised that contractors must be registered in Central Contractor Registration (CCR) prior to award for solicitations issued after 31 May 1998. DUNS/CCR website is http://ccr.gov. A registration page is attached to the web site. If you would like to receive notice of any amendments and/or addendum that may be issued to this solicitation, you may register. If you do not register, it is your responsibility to review the web site for any changes to the RFQ. Contractors that are debarred, suspended or proposed for debarment are excluded from receiving contracts. Quotations prepared by debarred, suspended or otherwise ineligible contractors are at the risk and expense of the contractor. Contract financing will not be provided for this acquisition. Complete quotation packages, including price quotation, technical capability information and Reps and Certs must be submitted no later than 12:30 PM EST on 8 September 2006 to Ms Jacque Davis, 88 CONS/PKB, 1940 Allbrook Drive, Suite 3, Wright-Patterson AFB, OH 45433-5309. Quotation packages may also be faxed to 937-656-14126 or sent electronically to Jacqueline.Davis@wpafb.af.mil. Direct all inquiries to Ms Jacque Davis, (937) 522-4589, or email: Jacqueline.Davis@wpafb.af.mil.
 
Place of Performance
Address: Wright-Patterson AFB OH
Zip Code: 45433
Country: UNITED STATES
 
Record
SN01133857-W 20060907/060905220348 (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 |
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.