Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2008 FBO #2253
MODIFICATION

23 -- HIGH DECK PATIENT LOADING PLATFORM (HDPLP) VEHICLES

Notice Date
1/25/2008
 
Notice Type
Modification
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, AMC Contracting Flight (HQ AMC/A7KQ), 507 Symington Drive Room W202, Scott AFB, IL, 62225-5022, UNITED STATES
 
ZIP Code
62225-5022
 
Solicitation Number
FA4452-08-R-0003
 
Response Due
2/1/2008
 
Archive Date
2/29/2008
 
Point of Contact
Treniece Stith, Contract Specialist, Phone 618-256-9945, Fax 618-256-3091
 
E-Mail Address
Treniece.Sutherlin@scott.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
THIS AMENDMENT DELETES ALL REFERENCES TO FEDERAL ACQUISITION REGULATION (FAR) PART 13. FA4452-08-R-0003 - HIGH DECK PATIENT LOADING PLATFORM (HDPLP) VEHICLE COMBINED SYNPOSIS SOLICITATION This announcement, in combination with FA4452-08-R-0003, Attachment 1, constitutes the only solicitation issued for the requirement. 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. Proposals and past performance information are being requested and a written solicitation will not be issued. The AMC Specialized Contracting Branch intends to award a firm-fixed price contract, under Federal Acquisition Regulation (FAR) Part 12. This is a 100% small business set aside. The North American Industry Classification System (NAICS) for this acquisition is 333924 with a Small Business Size Standard of 750 employees. Please identify your business size in your response based upon this standard. This requirement is for nine (9) High Deck Patient Loading Platform (HDPLP) Vehicles in accordance with Attachment 1 FA4452-08-R-0003 HDPLP Specifications. Delivery of the vehicles shall be within one year after contract award. Six (6) vehicles shall be delivered to Travis AFB, California, one (1) to McChord AFB, Washington, one (1) to McGuire AFB, New Jersey, and one (1) to Kelly AFB, Texas. Total cost shall include all shipping and handling. The Government reserves the right to cancel this solicitation, with no obligation to the offeror by the Government. Only one award will be made to the lowest price technically acceptable offeror who meets the technical specifications. It is the Government?s intent to evaluate offers and award without discussions; however, we reserve the right to hold discussions. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-23. The provision at FAR 52-212-1, Instructions to Offerors - Commercial Items applies to this acquisition. Offerors are required to submit with their offer a completed copy of FAR 52.212-3, Offeror Representations and Certification--Commercial Items, or provide notification that their Representations and Certifications are available on the Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov/. The clause at FAR 52.204-7 Central Contractor Registration applies to this acquisition. The following clauses apply to this acquisition, 52.211-14 ? Notice of Priority Rating for National Defense Use - This is a DO rated order under the Defense Priorities and Allocations System (DPAS). The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items, applies to this acquisition, with the following clauses: 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; 52.219-1, Small Business Program Representative; 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-19, Child Labor--Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. The following clauses apply to this requirement, FAR 52.247-3 F.O.B Destination; and FAR 52.252-2, Clauses Incorporated by reference - This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: www.acqnet.gov/far. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition with the following clauses: FAR 52.203-3, Gratuities; DFARS 252.225-7001 Buy American Act and Balance of Program; 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program; 252.227-7015, Technical Data--Commercial Items; 252.227-7037, Validation of Restrictive Markings on Technical Data; 252.232-7003, Electronic Submission of Payment Requests - (b)(1) Wide Area Workflow procedures shall be used for invoicing and acceptance on this requirement. 252.243-7002, Requests for Equitable Adjustment; and 252.247-7023, Transportation of Supplies by Sea. The following clause applies to this acquisition, AFFARS 5352.201-9101?Ombudsman - (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 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, Mr. Michael Jackson, HQ AMC/A7K, 507 Symington Dr, Scott AFB, IL 62225-5022, 618-229-0267, FAX 618-256-6668, email: Michael.jackson@scott.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. Past Performance Information: For the purpose of determining contractor responsibility in accordance with FAR 9.1 The offeror shall submit past performance information on at least two similar contract/work efforts but not more than five, active within the last three years, which demonstrate the offerors ability to perform the proposed effort. Offeror shall furnish the following information. 1.Company/division name 2.Product/service 3. Contracting agency 4.Current government or other points of contact to include name, address, telephone number, fax number and e-mail address for each contract listed. 5.Contract number and type 6. Contract award date, period of performance 7. Basic contract award amount/current value. The Government reserves the right to obtain information relative to present and past performance on its own. If you are aware that one or more of your contracts in the Contractor Performance Assessment Reporting System (CPARS) specifically relates to the requirements in this acquisition, please provide this information. Wide Area Workflow procedures shall be used for invoicing and acceptance on this requirement. Proposals are due to this agency no later than 3:00 p.m., local time, 01 February 2008. Send proposals to Treniece S. Stith, (618) 256-9945, 507 Symington Dr. Rm W202, Scott AFB, IL 62225-5022, or by facsimile to 618-256-3091, or e-mail to treniece.stith@scott.af.mil. The vehicle specifications will be posted as FA4452-08-R-0003 Attachment 1 to synopsis/solicitation. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (25-JAN-2008); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AMC/AMCLGCF/FA4452-08-R-0003/listing.html)
 
Record
SN01493463-F 20080127/080126001006 (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.