Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2007 FBO #2000
MODIFICATION

16 -- Riding Floor Scrubbers for Aircraft Hangers

Notice Date
5/16/2007
 
Notice Type
Modification
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South Bldg 804, Maxwell AFB, AL, 36112-6334, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F2XTB97109A100
 
Response Due
5/21/2007
 
Archive Date
6/5/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a quote is being requested and a written solicitation will not be issued. Purchase Request Number is F2XTB97109A100 as a Request for Quote (RFQ) using Simplified Acquisition Procedures. The solicitation document and incorporate provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-09 (19 Apr 2006) and Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20060412. It is the offerors responsibility to be familiar with applicable clauses and provisions. This acquisition is for the purchase of the following items: Line Item 0001 (1 Each) Factory Cat Model 350 Cylindrical Scrub deck rider scrubber with a 35 inch scrub and sweep path. 396 AH Battery Pack, and 36 amp (110-v / 60 Hz) fully automatic charger "Central Command II" Energy Management System 2.0HP All-Gear Front Wheel Drive with solid "Cushion" tires 38-Gallon Polyethylene Solution Tank with Solution Level Indicator 40-Gallon Polyethylene Recovery Tank with 2" Drain Hose Cylindrical: One 2.0 HP Scrub Motor, with (2) brushes Up to 250 lbs. Scrub head Pressure --with 1,000 lbs. Actuator 650 Watt Three-Stage Vacuum Motor 7-Gauge (3/16") All-Steel Frame and Upper Body Construction (except tanks) Powder Paint Finish--16 times more corrosion resistant than enamel Electric-Actuated Squeegee Suspension with Automatic Up in reverse Automatic brush pressure control, with 5 settings from 0 to 300 lbs. L.C.D. readout for trouble shooting with diagnostic codes L.C.D. readout for solution flow, brush pressure, battery gauge, & (3) hour meters. Horn & Headlight Low Solution and High Recovery Warning Lights Operator & Parts Manual & Nearly 100% Stainless Steel Fasteners "Uni-Touch" Operations Black Tires (Front and Rear) for Chemical Resistance Keyswitch Warranty 3 years parts and one year labor. Amendment #1 Add the following options to the quote: (1)Front Side Broom System; (2)Water/Vac Combo: ncludes water jet, vac wand, rack and bumper; and (3)Twin Vaccum Motors. Line No: 0002 (1 Each) Factory Cat Model 390 Cylindrical Scrub deck rider scrubber with a 39 inch scrub and sweep path. 396 AH Battery Pack, and 36 amp (110v / 60 Hz) fully automatic charger (3 - 4 hours run time) 4.0 HP All-Gear Front Wheel Drive with solid "Cushion" tires 61-Gallon Stainless Steel Solution Tank 61-Gallon Stainless Steel Recovery Tank, with TIP-OUT feature (2) 1.5 HP 350 RPM Direct Gear Drive Brush Motors, with (2) brushes (any fiber) Up to 450 lbs. Scrubhead Pressure --with 1,000 lbs. Actuator (1) 1.5 hp / Three-Stage, "Brushless" Vacuum Motor (Dual Vacuum Motors Optional) 1/4" All-Steel Frame and Upper Body Construction, with Polyurethane rollers in corners Textured Powder Paint Finish--16 times more corrosion resistant than enamel Electric-Actuated Squeegee Suspension with Automatic Up in reverse Automatic Shutoff of Water, Brushes and Vacuum when machine stops Automatic setting of Parking Brake After Machine Comes to Stop Horn, Backup Alarm, Dual Headlights Automatic brush pressure control, with 5 settings from 0 to 450 lbs. L.C.D. readout for trouble shooting with diagnostic codes L.C.D. readout for solution flow, brush pressure, battery gauge, & (3) hour meters. Low Solution and High Recovery Warning Lights Dual Stainless Filters, automatic Vac Shutoff and Demisting Chamber for Foam Protection Nearly 100% Stainless Steel Fasteners and Hinges "Uni-Touch" Operations Keyswitch Warranty 3 years parts and one year labor. Amendment #1 Add the following options to the quote: (1)Front Side Broom System; (2)Water/Vac Combo: ncludes water jet, vac wand, rack and bumper; and (3)Twin Vaccum Motors. The type of contract is fixed price. This product is for 908 MXG, at Maxwell AFB, AL. The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant purchase order; FAR 52.212-1, Instructions to Offerors, Commercial Item (Jan 2005) and 52.215-5, Facsimile Proposals (Jun 2006) applies to this acquisition. Submit signed and dated quotes on company letterhead. The Government will make an award to the lowest priced, responsible contractor whose quote conforms to the solicitation. The contractor must be registered in the Central Contractor Registration database and Wide Area Workflow. Offerors must be registered in the Online Representations and Certifications system at http://orca.bpn.gov and provide a completed DFARS 252.225-7001, Buy American Act-Balance of Payment Program Certificate (Jun 2005) with the quote. Clauses and provisions may be accessed via the Internet, http://farsite.hill.af.mil. The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Sep 2005) is incorporated into this RFQ and is amended to add the following clauses: FAR 52.204-4, Printed or Copied Double-Sided on Recycled Paper (Aug 2000) and FAR 52.204-7 Central Contractor Registration (Oct 2003). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jun 2006). The following additional FAR clauses under paragraph (b) are applicable: 52.219-6, Notice of Total Small Business Set-Aside (June 2003); 52.219-8, Utilization of Small Business Concerns (May 2004); 52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36, Affirmative Action for Workers With Disabilities (June 1998); 52.222-37, Employment Report on special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006); 52.232-33 Payment by Electronic Funds Transfer?Central Contractor Registration (Oct 2003); 52.247-64, Preference for Privately Owned U.S. (Feb 2006); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2005) applies to this acquisition, and specifically the following clauses under paragraphs (a) and (b) are applicable: 252.225-7001, Buy American Act and Balance of Payments Program (Jun 2005); and 252.225-7012, Preference for Certain Domestic Commodities (Jun 2004);. The following DFARS clauses are hereby incorporate into this solicitation: 252.225-7002, Qualifying Country Sources and Subcontractors (Apr 2003); 252.225-7014, Alternate I (Jun 2005); DFARS 252.204-7004, Alternate A (Apr 2003). AFFARS 5352.223-9001 Health and Safety on Government Installations applies. The Defense Priorities and Allocations System rating is C9E. Addendum to FAR 52.212-4, Contract Terms & Conditions-Commercial Items (Oct 2003) Paragraph (u) FAR 52.204-7, Central Contractor Registration (Oct 2003) Add paragraph (v), FAR Clause 52.252-2, Clauses Incorporated by Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effects as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full test of a clause may be accesses electronically by these addresses: www.farsite.hill.af.mil; www.arnet.gov/far Add paragraph (w) DFAR 252.204-7004, Required Central Contractor Registration (Nov 2001) Add paragraph (x) DFAR 252.232-7003, Electronic Submission of Payment Requests (Jan 2004) Add paragraph (y) AFFARS 5352.201-9101 Ombudsman (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 debriefing, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the center/MAJCOM ombudsmen, the incumbent is Maria Beckett, AETC/A7KB, 2035 First Street West, Suite 1, Randolph AFB, TX 78150-4304, (210) 652-6900, (office), (210) 652-4652 (fax), email, maria.beckett@randolph.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 (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 inquires shall be directed to the Contracting Officer. (End of clause) Add Paragraph (aa) Maxwell 119 WAWF-Electronic Submission of Invoice (May 2006) Reference FAR Clause 252.232-7003 ?Electronic Submission of Payment Requests.? Invoices shall be submitted and accepted using Wide Area Workflow (WAWF) web-based system at https://wawf.eb.mil. For information on WAWF including web-based training, visit the web site and click on ?About WAWF?. The web site also contains detailed instructions for setting up your computer to achieve the best results with the system. If you have additional questions contact the WAWF-RA Customer Helpdesk at (866) 618-5988, Option 2 The following information codes will be required to submit your invoices correctly through WAWF: SELECT TYPE OF INVOICE: Contract Specialist/Administrator select only one (1) of the following: 0 Invoice (Creates Stand-Alone Invoice) 1 Invoice ad Receiving Report (Combo) (Creates two documents, an Invoice and a Receiving Report, within one data entry session (Combo). Creating both documents at the same time, rather than separately, is recommended. 0 Construction Invoice (Creates a Construction Payment Invoice from a contract for construction. Both an Inspector and a Contracting Officer must review and accept). Contract Number: Block 2 of the SF1449 Form (If this is a GSA Delivery Order award, enter the GSA Number) Delivery Order: Block 4 of (Order Number) of SF1449 No Dashes ? (if applicable) Pay DoDAAC: Block 16a (Payment will be made by) of SF1449 ? Pay DoDAAC code is used to route documents to the Defense Finance Accounting office responsible for payment. The accounts payable mailing address can be located in Block 18a of SF1449. You can easily access payment information using the DFAS web site at http://www.dod.mil/dfas. Your contract/purchase order number or invoice will be required to inquire status of your payment. Issue by DoDAAC: Block 9 (Issued by) of SF1449. Contracting office that issued your contract ? WAWF uses the code to route the document to the base. Admin DoDAAC: Block 16 (Administered by) of SF1449) Ship-To Code/Ext: Block 9 (Issued by) and Ext: Block 15 (Deliver To) of SF1449 ? This is a crucial piece of information. It will be different for almost every contract issued. Ship-From Code/Ext: Not a required field for Air Force contracts. Inspected by DoDAAC/Ext: Block 9 (Issued by) and Ext: Block 15 (Deliver to) of SF1449 - If an inspection is called for in the document, then you must provide the DoDAAC/Ext this code identifies the inspector. Service Acceptor/Ext: Block 9 (Issued by) and Ext: Block 15 (Deliver to) of SF1449 ? It is used to route documents to receiving service acceptor in WAWF. LPO DoDAAC/Ext: Not a required field for Air Force contracts. A due date for offers will be Noon, central time, 17 May 2007. Amendment #1: New Due date is Noon, central time, 21 May 2007. Offers may be mailed to 42nd Contracting Squadron, 50 Lemay Plaza South, Bldg 804, Maxwell AFB AL 36112-6334 or faxed to 334-953-3527 or 334-953-3341 or, ATTN: Mr. Donald Perkins, or emailed to donald.perkins@maxwell.af.mil. Reference the Purchase Request number. Please email or fax any questions/comments to Mr. Donald Perkins (fax and email information above). NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (16-MAY-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 17-MAY-2007. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Place of Performance
Address: 42 CONS/LGCA, 50 LEMAY PLAZA SOUTH, MAXWELL AFB, AL
Zip Code: 36112-6334
Country: UNITED STATES
 
Record
SN01297399-W 20070519/070517222351 (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.