SOLICITATION NOTICE
42 -- Pilot Mask Light Assembly Kit's
- Notice Date
- 2/12/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- 104 FW/MSC Contracting Office, 175 Falcon Drive, Barnes Air National Guard Base, Westfield, MA 01085-1385
- ZIP Code
- 01085-1385
- Solicitation Number
- F6C2009327A001
- Response Due
- 2/23/2010
- Archive Date
- 4/24/2010
- Point of Contact
- edward chrusciel, 4135689151
- E-Mail Address
-
104 FW/MSC Contracting Office
(edward.chrusciel@ang.af.mil)
- 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 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. SOLICITATION #: F6C2009327A001 This combined synopsis/solicitation is issued as a Request For Quotes NAICS: 336413 This combined synopis/soliciation is being issued as 100% Small Business Set-Aside. SBA Size Standard: 1,000 employees The 104th Fighter Wing, Massachusetts Air National Guard has a requirement for: 40 EA, Pilot Mask Light Assembly Kit, Gentex P/N: G030-1500-01 40 EA, Visor Rub Strip, Gentex P/N: 05C12022-5 40 EA, Visor Cover, Gentex P/N: 05D12210-1 40 EA, Neutral Visor, Gentex P/N: 04D11873-3. THIS IS A BRAND NAME OR EQUAL REQUEST. All vendors proposing alternate items shall provide with their quote adequate descriptions and specifications of alternate items to substantiate the or equal designation. 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 RFQ is being conducted using Simplified Acquisition Procedures (FAR Part 13). No paper copies of this solicitation will be provided. Contract financing will NOT be provided for this acquisition. The Government reserves the right to not make an award at all. Point of Contact for this announcement is Mr. Edward Chrusciel. Questions may be submitted via e-mail to: 104fw.msc@ang.af.mil. Please include the solicitation number in your request. In accord with FAR 52.212-2(a), the Government will award a contract from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers (in descending order of importance): (i) technical capability of the item(s) offered to meet the Government requirement; (ii) price; (iii) past performance; (iv) extent/nature of offered warranties; and (v) time to deliver installed after receipt of order. All evaluation factors other than price, when combined, are approximately equal to price. Evaluations will be based on information furnished by the Offeror in its Proposal and reasonably available to the Contracting Officer. The Government intends to make award without discussions. Proposals submitted on a basis other than FOB Destination will be rejected as nonresponsive. The delivery/installation location will be: 104FW/DOTL, 175 Falcon Dr, Westfield, MA, 01085-1482. Proposals must be submitted electronically to 104fw.msc@ang.af.mil. Quotations must meet all instructions put forth in this solicitation. Responses/Offers are due 2:00 pm EST on 02March 2010. Submit an electronic proposal; oral proposals will not be accepted. By submission of a Proposal, the offeror acknowledges the requirement that a prospective awardee must be registered in CCR prior to award, during performance, and through final payment of any contract resulting from this solicitation. The Central Contractor Registration (CCR) database is available at http://www.ccr.gov. Proposals shall include the offerors CAGE Code, any prompt payment terms, and estimated delivery date. Any Offerors whose name appears on the Excluded Parties List will be immediately eliminated from consideration. Offerors must include a completed Buy American Act Certification, DFARS 252.225-7000. This notice does not obligate the government to pay for proposal preparation costs. Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil. All proposals must be for all items stated, partial proposals will not be considered. Only firm fixed price offers will be evaluated. Award will be made to one vendor. FAR 52.252-2 - 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: http://farsite.hill.af.mil The following FAR Provisions and Clauses apply to this acquisition: 52.203-3 (Gratuities); 52.203-6 Alt. I (Restrictions on Subcontractor Sales to the Government); 52.204-4 (Printed or Copied-Double Sided on Recycled Paper); 52.204-7 (Central Contractor Registration); 52.211-6 (Brand Name or Equal); 52.212-1 (Instructions to Offerors); the clause at FAR 52.212-3 ALT-I, Offeror Representations and Certifications Commercial Items, applies to this solicitation and the offeror must have completed their registration of their Representations and Certifications On-Line at http://orca.bpn.gov/publicsearch.aspx; 52.212-4 (Contract Terms and Conditions Commercial Items); 52.212-5 (Dev) (Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items); 52.219-6 (Notice of Small Business Set-Aside); 52.219-8 (Utilization of Small Business Concerns); 52.219-14 (Limitations on Subcontracting); 52.219-28 (Post-Award Small Business Program Representation); 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 (Equal Opportunity 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); 52.222-50 (Combating Trafficking in Persons); 52.223-5 (Pollution Prevention and Right to Know Information); 52.225-13 (Restrictions on Certain Foreign Purchases); 52.228-5 (Insurance Work on a Government Installation); 52.232-33 (Payment by Electronic Funds Transfer-Central Contractor Registration); 52.233-2 (Service of Protest) - designation of location where protest may be served is: USPFO-MA, Purchasing and Contracting, 50 Maple St, Milford, MA 01757; 52.233-3 (Protest After Award); 52.233-4 (Applicable Law for Breach of Contract Claim); 52.237-2 (Protection of Government Buildings, Equipment and Vegetation); 52.247-35 (F.o.b. Destination, within Consignees Premises). Responsive Offerors are advised to include a completed copy of the provision at FAR 52.212-3 ALT 1, Offeror Representations and Certifications-Commercial Items, with any proposal. The following DFARS Clauses apply to this acquisition: 252.203-7000 (Requirements Relating to Compensation of Former DoD Officials); 252.203-7002 (Requirement to Inform Employees of Whistleblower Rights); 252.204-7004 (Alternate A); 252.209-7001 (Disclosure of Ownership or Control by the Government of a Terrorist Country); 252.211-7003 (Item Identification and Valuation); 252.212-7000 (Offeror Representations and Certifications Commercial Items); 252.212-7001 (DEV) (Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items); 252.223-7006 (Prohibition on Storage and Disposal of Toxic and Hazardous Materials); 252.225-7000 (Buy American Act Balance of Payments Program Certificate); 252.225-7001 (Buy American Act and Balance of Payments Program); 252.225-7012 (Preference for Certain Domestic Commodities); 252.225-7015 (Restriction on Acquisition of Hand or Measuring Tools); 252.232-7003 (Electronic Submission of Payment Requests and Receiving Reports); 252.232-7010 (Levies on Contract Payments); 252.243-7002 (Requests for Equitable Adjustment); 252.246-7003 (Notification of Potential Safety Issues); 252.247-7023 (Transportation of Supplies by Sea). Point of Contact(s): Edward Chrusciel, 4135689151 Extention 1406 Contracting Office Address: 104 FW Contracting Office, 175 Falcon Drive, Barnes Air National Guard Base, Westfield, MA 01085-1385
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA19-2/F6C2009327A001/listing.html)
- Place of Performance
- Address: 104 FW/MSC Contracting Office 175 Falcon Drive, Barnes Air National Guard Base Westfield MA
- Zip Code: 01085-1385
- Zip Code: 01085-1385
- Record
- SN02065179-W 20100214/100212235241-60ffb8b32243bdebfc9bf5e9f0a67319 (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 |