Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2007 FBO #2089
SOLICITATION NOTICE

28 -- Start-All Unit with Air Compressor

Notice Date
8/14/2007
 
Notice Type
Solicitation Notice
 
NAICS
336322 — Other Motor Vehicle Electrical and Electronic Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 509 CONS, 727 Second St - Suite 124A, Whiteman AFB, MO, 65305, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F4E31A7208A001
 
Response Due
8/28/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This solicitation is being issued as a Request for Quote (RFQ). Submit written offers (oral offers will not be accepted), on Reference Number F4E31A7208A001. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18 and Defense Acquisition Circular 20070802. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2(a). The North American Industry Classification System (NAICS) code for this acquisition is 336322. For the purpose of this procurement the small business size standard is 750 employees. The following commercial items are requested in this solicitation: Quantity of one (1) each, 12/24 Volt Start-All Unit, 700 Amp cranking capability, with 155 PSI Air Compressor; Goodall Model No. 11-622 OR EQUAL. Items to be delivered FOB: Destination to Whiteman AFB, MO 65305. The following provisions and clauses apply to this acquisition: FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors--Commercial Items. Quotes will be evaluated and award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors; FAR 52.204-7, Central Contractor Registration; FAR 52.247-34, F.O.B. Destination; FAR 52.212-4, Contract Terms and Conditions ? Commercial Items; FAR 52.252-2, Clauses Incorporated by Reference; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order ? Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: 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 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.225-1, Buy American Act?Supplies; FAR 52.225-13, Restrictions on Certain Foreign Purchases; and FAR 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration. The clause at DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders; DFARS 252.225- 7001, Buy American Act and Balance of Payment Program; and DFARS 252.232-7003, Electronic Submission of Payment Requests. The clause and provisions at AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances; and AFFARS 5352.242-9000, Contractor Access to Air Force Installations. Offerors must complete paragraph (k) of provision FAR 52.212-3 ? Offeror Representations and Certifications ? Commercial Items, and submit it with their offer if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. Offerors who have not completed the annual representations and certifications electronically at the ORCA website shall complete paragraphs (b) through (j) of provision FAR 52.212-3. Responses to this notice must be in writing; facsimile responses are acceptable. All firms or individuals responding must be registered with the Central Contractor Registration (CCR) database @ www.ccr.gov to be considered for award. All prospective offerors interested in submitting an offer must have a commercial and government entity (CAGE) code. All responsive offerors will be considered by the agency. All quotes must be emailed or faxed to SSgt Jennifer Rohrbach at jennifer.rohrbach@whiteman.af.mil, facsimile 660-687-5462. Quotes are required to be received no later than 3:00 PM CST, Tuesday, 28 Aug 2007. For any questions or concerns, you may call 660-687-5415.
 
Place of Performance
Address: 509 LG/CCA - F4E31A, 509 SPIRIT BLVD. SUITE 109, WHITEMAN AFB MO,
Zip Code: 65305
Country: UNITED STATES
 
Record
SN01371939-W 20070816/070814220958 (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.