Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2009 FBO #2855
MODIFICATION

49 -- F1DT07917A003

Notice Date
9/16/2009
 
Notice Type
Modification/Amendment
 
NAICS
423860 — Transportation Equipment and Supplies (except Motor Vehicle) Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 316th CONS, 1535 Command Drive, Andrews AFB, Maryland, 20762-6500
 
ZIP Code
20762-6500
 
Solicitation Number
F1DT079174A003
 
Archive Date
10/6/2009
 
Point of Contact
Teresa A Valentine, Phone: 301-981-5126, DJaris Gladden, Phone: 3019812307
 
E-Mail Address
teresa.valentine@afncr.af.mil, djaris.gladden@afncr.af.mil
(teresa.valentine@afncr.af.mil, djaris.gladden@afncr.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT 1: The purpose of this amendment is to dissolve the total small business set aside in accordance with FAR 19.102(f)(1) size standard. and change to full and open competition. The response is changed from 18 September 2009 @ 4:00PM,EST to 21 September 2009 @ 12 Noon EST. Offerors must acknowledge all amendments. All other terms and conditions remain unchanged. 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 written solicitation will not be issued. Solicitation number F1DT079174A003 Supply Items is being issued a Request for Quotation (RFQ) using Simplified Acquisition Procedures in accordance with FAR 12 and FAR 13 guidelines. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36 and Class Deviation 2005-0001, AFAC 2009-0803, Defense Federal Acquisition Regulation Supplement, and Defense Change Notice (DCN) 20090729. It is the contractor's responsibility to be familiar with all applicable clauses and provisions. This acquisition is 100% small business set-aside. The North American Industry Classification System code is 423860 with a small business size standard of 100 employees. The Government is procuring CLIN 0001- 2 each (Please see attached MS Word document for detailed description of parts) Ultrasonic Flaw Detector (USN -60); NSN 6635-01-437-4581RN (F1DT079172A003). Delivery 30 days after receipt of order. FOB shipping point. These items are normally procured through the Supply system and have corresponding National Stock Numbers. Partial quotes will not be awarded. The Government shall evaluate the quote(s) and/or proposal(s) submitted by interested vendors and the Basis for Award will be Lowest Price Technically Acceptable. Offerors responding to this requirement must include a completed copy of the provisions at FAR 52.212-3, Offeror Representation and Certifications -- Commercial Items (Aug 2009), DFARS 252.212-7000, Offeror Representation and Certifications-Commercial Items (Jun 2005), and DFARS 252.225-7000, Buy American Act-- Balance Payment Program Certificate (Jan 2009) with the quotation. Interested vendors who are already registered in the Online Representation and Certifications Application (ORCA) website (https://orca.bpn.gov) may not need to re-accomplish FAR 52.212-3, but MUST identify their ORCA registration in the quote. Clauses and provisions may be accessed via the Internet, http://farsite.hill.af.mil or http://www.arnet.far.gov. The following clauses, and provisions, which are incorporated by reference IAW FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) and FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), remain in full force in any resultant purchase order: FAR 52.212-1, Instruction to Offerors-Commercial Items (Jun 2008), FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Mar 2009), FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Aug 2009), is applicable. The following FAR clauses under paragraph (b) of FAR 52.212-5 are applicable: 52.219-6, Notice of Total Small Business Set Aside (June 2003), 52.222-3, Convict Labor, (June 2003), 52.222-19, Child Labor- Cooperation with Authorities and Remedies (Feb 2008), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Mar 2007), 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998), 52.225-1, Buy American Act-Supplies (Feb 2009), 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008), 52.232-33, Payment by Electronic Funds Transfer- Central Contractor Registration (Oct 2003). The following FAR clause also applies to this combined synopsis/solicitation: 52.252-6, Authorized Deviations in Clauses (Apr 1984), 52.223-5, Pollution Prevention and Right-to-Know Information (Aug 2003), FAR 52.223-10, Waste Reduction Program (Aug 2000). The following DFARS clauses under paragraph (b) of DFARS 252.212-7001 are applicable: 252.225-7001, Buy American Act and Balance of Payments Programs (Jan 2009), 252.247-7023, Transportation of Supplies by Sea (May 2002), Alternate III (May 2002). The following DFARS clauses: 2252.204-7004, Alt. A, Central Contractor Registration (52.204-7) Alternate A (Sept 2007), 252.225-7000 Buy American Act - Balance of Payments Program Certificate (Jan 2009), 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008), 252-232-7010, Levies on Contract Payments (Dec 2006), are also applicable. The following AFFARS clauses applies to this acquisition: 5352.242-9000, Contractor Access to Air Force Installations (Jun 2002), 5352.201-9101, Ombudsman (Aug 2005). The following local clauses are applicable: 316 CONS-004, AAFB Environmental Standards (19 Oct 2006), 316 CONS-007, Personnel Security Requirements, AFI 31-501 (27 Jan 2005). All interested vendors must be registered with Central Contractor Registration (CCR) at www.ccr.gov. Vendors who are not registered in CCR are not eligible for award. All offers must be received no later than 15 September 2009, 4:00 pm Eastern Standard Time and must be able to respond to the information contained herein. Offers may be mailed to 316th Contracting Squadron, 1535 Command Drive, Suite E200, Andrews AFB, MD, 20762, ATTN: Teresa Valentine, fax number 301-981-1910, email: teresa.valentine@afncr.af.mil. Quotations should meet all instructions put forth in this combined synopsis/solicitation. Reference the solicitation number and provide a delivery date on the quotation. Please email the primary point of contact: Teresa Valentine, Contracting Officer, for any questions concerning this requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/F1DT079174A003/listing.html)
 
Place of Performance
Address: Andrews AFB, Andrews AFB, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN01956836-W 20090918/090917000008-e98cba505a7b8204eb29b3af0b815fb9 (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.