Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2008 FBO #2495
SOLICITATION NOTICE

77 -- BAND EQUIPMENT

Notice Date
9/23/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
451140 — Musical Instrument and Supplies Stores
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Texas, USPFO for Texas, ATTN: Contracting Officer, P.O. Box 5218, Austin, TX 78763-5218
 
ZIP Code
78763-5218
 
Solicitation Number
F6J0BAFY20081
 
Response Due
9/28/2008
 
Archive Date
11/27/2008
 
Point of Contact
136th Contracting Office, 817-852-3254<br />
 
Small Business Set-Aside
N/A
 
Description
i.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; quotes are being requested and a written solicitation will not be issued. ii.The solicitation number is F6J0BAFY20081 and is issued as a Request for Quote (RFQ). Offerors shall consider any language or terminology contained herein, through inclusion by a clause or provision, or communication, to be that which is related to the type of solicitation indicated in this paragraph (e.g. quote versus offer, proposal, or bid). iii.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. iv.This notice is unrestricted. The associated NAICS code is 451140 and small business size standard is $7,000,000. The Small Business Competitiveness Demonstration Program does not apply for this acquisition. v.Request quote on the following item(s) and quantity(s): SEE ATTACHED ITEM LIST - All quotes shall list the line item number indicated in the equipment listing. It is prefered, though not required, that offerors submit their line item pricing in a spreadsheet with a format similar to that provided in the equipment listing. vi.Applicable Offerors shall quote Brand Name or Equal. Items shall meet or exceed the salient physical, functional, and performance characteristics of the brand name requested. All offerors proposing equal items shall provide sufficent product literature for Government evaluation. vii.Applicable - Quotes shall clearly specify a delivery date and type of freight transportation (FOB destination or origin). It should be noted that the Government prefers FOB destination. Delivery shall be made to Naval Air Station Joint Reserve Base, 76127 for inspection and acceptance by an authorized Government official, unless otherwise indicated by the contracting officer. viii.Applicable - The provision at Federal Acquisition Regulation (FAR) 52.212-1, Instruction to Offerors-Commercial, applies to this acquisition; as well as the following addenda: N/A (validate) ix.Applicable - The Government shall utilize the evaluation procedures shown below in lieu of the provision at FAR 52.212-2, Evaluation-Commercial Items. The Government intends on awarding a contract resulting from the solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to perform a Best Value evaluation of quotes: Price and Mission Capability (includes, but is not limited to, quality, delivery, and volume/number of items offered) The Government does not intend on issuing multiple awards (split awards), as the ability for an offeror to accurately quote and the Government to adequately evaluate some items is largely dependant upon the acceptance of other items (e.g. custom cases in relation to the equipment it houses); thus a single award is contemplated. Offerors should note that quotes are not required to be submitted on an all or none basis; therefore partial quotes will be accepted for evaluation. As such, the Government may award a contract for a portion of the items listed should it represent the overall Best Value to the Government. In the course of evaluating quotes, the Government may elect to utilize tradeoffs among price and non-price factors. The purpose of such tradeoffs is to allow the Government to obtain the most advantageous mix of Price and Mission Capability. If in the event the Government cannot obtain both by means of a single quote, it will determine if it is more advantageous to go with a higher priced quote with a higher degree of capability, or a lower priced quote with a lower degree of capability. x.Applicable - Offerors shall include a copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, and FAR 52.219-1 (Alt I), Small Business Program Representations, with their quote. Any quote received by the Government not including these provisions may result in the Government not considering your quote for evaluation. The Government may provide these documents as an attachment to this solicitation or via email; though offerors are encouraged to download the most current reference from http://farsite.hill.af.mil. ***Note Offerors may elect to complete the representations and certifications online at https://orca.bpn.gov. When completing online via ORCA, the offeror is still required to provide a written copy of FAR 52.212-3, Representations and Certifications-Commercial Items, though section (k) of this provision need only be completed (written copy of FAR 52.219-1, Small Business Program Representations not required). If the offeror does not elect to complete representations and certifications online, sections (b) through (j) of this clause shall be completed as applicable. xi.Applicable - The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial, applies to this acquisition; as well as the following addenda: N/A, no addenda to subject clause xii.Applicable - The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order-Commercial Items (Deviation), applies to this acquisition. xiii.Applicable - The following clauses and/or provisions apply to this acquisition: FAR 52.204-7, Central Contractor Registration; FAR 52.209-6, Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.211-6, Brand Name or Equal; 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 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25, Affirmative Action Compliance; FAR 52.222-26, Equal Opportunity; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.225-18, Place of Manufacture; FAR 52.232-18, Availability of Funds; FAR 52.232-28, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.232-36, Payment by Third Party; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.246-1, Contractor Inspection Requirements; FAR 52.247-34, F.O.B. Destination; FAR 52.252-1, Solicitation Provisions Incorporated By Reference; FAR 52.252-2, Clauses Incorporated By Reference; FAR 52.252-5, Authorized Deviations In Provisions; FAR 52.252-6, Authorized Deviations In Clauses; FAR 52.253-1, Computer Generated Forms; DFARS 252.204-7003, Control of Government Work Product; DFARS 252.204-7004 (Alt A), Central Contractor Registration; DFARS 252.204-7006, Billing Instructions; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Acquisition of Commercial Items (Deviation); DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources As Subcontractors; DFARS 252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications; 252.247-7023, Transportation of Supplies by Sea. xiv.Applicable - The following Defense Priorities and Allocations System (DPAS) rating applies: N/A xv.Applicable - The following Numbered Notes apply to this acquisition: N/A xvi.Applicable - The date, time, and place for submission of offers is as follows: 1.Date: 28 September 2008 2.Time: 3:00PM (CST/Local) 3.Method(s) of Submission: i.Email: 136msg.contracting@txcars.ang.af.mil ii.Physical Address: 200 Hensley Ave, Bldg 1672, Attn: Micah Kruse, Fort Worth, TX 76127-1672 iii.Fax: Not an approved method xvii.Applicable - For further information regarding this solicitation, offerors can contact the following individual(s): Micah Kruse - Contracting Officer - Phone: 817-852-3254
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=665b9d099afc41db3b6992ea2ae8a888&tab=core&_cview=1)
 
Place of Performance
Address: AIR NATIONAL GUARD - 136TH AIRLIFT WING 200 HENSLEY AVE FORT WORTH TX<br />
Zip Code: 76127<br />
 
Record
SN01678734-W 20080925/080923215845-665b9d099afc41db3b6992ea2ae8a888 (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.