Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 07, 2008 FBO #2385
SOLICITATION NOTICE

99 -- Glass Recycling Machine

Notice Date
6/5/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 15 CONS - Hickam, 90 G Street, Hickam AFB, Hawaii, 96853-5230
 
ZIP Code
96853-5230
 
Solicitation Number
F2C1EC8127A001
 
Archive Date
6/25/2008
 
Point of Contact
Hyesuk Konecne,, Phone: (808) 448-2971, TSgt Daffeney L Dortly,, Phone: 808-448-2972
 
E-Mail Address
hyesuk.konecne@hickam.af.mil, daffeney.dortly@hickam.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation prepared in accordance with Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Offerors are responsible for monitoring this site for the release of any amendments or other pertinent information. This solicitation will be issued as a request for quotation (RFQ) under the solicitation number: F2C1EC8140A004. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-25, Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 2008-0513, and Air Force Acquisition Circular (AFAC) 2008-0128. This acquisition is a small business set aside under NAICS code 333112 and small business size standard of 500 employees. This RFQ contains one (1) line item(s). The item is on a firm fixed price basis. The line item is as follows: CLIN 0001: Quantity 1 each, 600 Gallon Hydramulch Seeder Tank size: 600 liquid capacity, 500 working capacity; Engine: 25 hp Kohler Ch25 Gas, Hose: 50'x1.25" rubber hose, Mount: Trailer w/electric brakes, DOT lights, Nozzles: one each, wide fan, one each, narrow fan, one each, long distance, Other: Remote valve. Installed Operator Platform and Discharge Gun. Installed Electric Hose, 150 ft capacity, continuous flow with lead in hose, couplings & install. 1.25" Rubber Hose, 150 ft continuous length (replaces 50" hose that is included with machine). 2 Year Warranty Upgrade & Initial Equipment Delivery & Training (Approx 4 Hrs). The above-referenced line item is for 15th CES/CEORH, Hickam AFB, Hawaii. Subject solicitation is to purchase a Glass Recycling Machine. Offerors responding to this requirement must include specification data sheet and/or other pertinent literature on proposed items offered. Any questions in regards to this solicitation must be submitted NLT 18 Jun 08 to ensure Government ample response time and timely submittals of proposals. Award basis lowest price technical acceptable. The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) All quotes are due on or before 1500 hrs, Hawaii Standard Time (HST), 18 June 2008. Electronic quotes are acceptable. Submission may be made via email to hyesuk.konecne@hickam.af.mil and Daffeney.Dortly@hickam.af.mil, via parcel mail to Department of the Air Forces, Pacific Air Forces, 15 CONS, ATTN: Hyesuk Konecne/or TSgt Daffeney L. Dortly, 90 G Street, Hickam AFB, HI 96853-5230, or via facsimile at (808) 448-2911 or 448-2912. Quotes must reference the solicitation number. (c) Central Contractor Registration (CCR) and Wide Area Work Flow (WAWF). Offerors must be registered in the CCR (http://www.ccr.gov) database to receive a contract award. If the offeror does not become registered in the CCR database as well as WAWF (https://wawf.eb.mil) database within three (3) days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. In addition 52.212-2 (a), Evaluation - Commercial Items, the Government will award a contract resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation will be most advantageous to the Government based on price. Offeror responding to this requirement must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items and ALT I and DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items located on following website: http://orca.bpn.gov. 252.225-7000 Buy American Act--Balance of Payments Program Certificate (JUN 2005). (a) Definitions. "Domestic end product," "foreign end product," "qualifying country," "qualifying country end product," and "United States" have the meanings given in the Buy American Act and Balance of Payments Program clause of this solicitation. (b) Evaluation. The Government- (1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and (2) Will evaluate offers of qualifying country end products without regard to the restrictions of the Buy American Act or the Balance of Payments Program. (c) Certifications and identification of country of origin. (1) For all line items subject to the Buy American Act and Balance of Payments Program clause of this solicitation, the offeror certifies that- (i) Each end product, except those listed in paragraphs (c)(2) or (3) of this provision, is a domestic end product; and (ii) Components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country. (2) The offeror certifies that the following end products are qualifying country end products: Line Item Number Country of Origin _______________ __________________ _______________ __________________ (3) The following end products are other foreign end products: Line Item Number Country of Origin (If known) ________________ _______________________ ________________ _______________________ (End of provision) Information concerning clauses and provisions incorporated by reference may be obtained at http://farsite.hill.af.mil. The following clauses and provisions are incorporated by reference: 52.212-4, Contract Terms and Conditions-Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, is applicable to this procurement along with the following addenda. 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post-Award Small Business Program Rerepresentation 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 52.222-36, Affirmative Action for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.225-3, Buy American Act -Free Trade Agreements - Israeli Trade Act 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels 52.247-64 (Alt I), Preference for Privately Owned U.S.-Flag Commercial Vessels 52.247-64 (Alt II), Preference for Privately Owned U.S.-Flag Commercial Vessels 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items, is applicable to this acquisition along with the following addenda: 252.225-7001, Buy American Act and Balance of Payments Program 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program 252.225-7036 (Alt I), Buy American Act--Free Trade Agreements--Balance of Payments Program 252.232-7003 Electronic Submission of Payment Requests 252.232-7010, Levies on Contract Payments 252.247-7023, Transportation of Supplies by Sea 252.247-7023 (Alt III), Transportation of Supplies by Sea
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ff265b0447bab6a4d0bfd1ff9db9f91e&tab=core&_cview=1)
 
Place of Performance
Address: 15 CONS/LGCB 90 G Street, Bldg 1201, Hickam AFB, Hawaii, 96853, United States
Zip Code: 96853
 
Record
SN01587194-W 20080607/080605215406-6996c0e71cb78c6ed9bef3b924d72156 (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.