Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2010 FBO #3182
SOLICITATION NOTICE

28 -- Deutz Diesel Engine Kits

Notice Date
8/9/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB, Florida, 32403-5526
 
ZIP Code
32403-5526
 
Solicitation Number
F4ATA30176A001
 
Archive Date
8/31/2010
 
Point of Contact
Yvette M. Kelly, Phone: 8502838630, Leslie Richardson, Phone: 850-283-8630
 
E-Mail Address
yvette.kelly@tyndall.af.mil, leslie.richardson@tyndall.af.mil
(yvette.kelly@tyndall.af.mil, leslie.richardson@tyndall.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for services prepared in accordance with the format in FAR Subparts 12.6 and FAR Subparts 13.302, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, proposals/quotes are being requested, and a written solicitation will not be issued. This constitutes the only notification before award. This solicitation is unrestricted and all responsible offers will be accepted. The solicitation reference number F4ATA30176A001 is issued as a Request For Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-44. The North American Industry Classification System (NAICS) code is 336413. Small business size standard is 1000 employees. This acquisition is 100% set aside for small business. The Federal Supply Class (FSC) is 2815. IAW FAR 52.111-6, Brand Name or Equal -- If submitting an -or equal- product, vendor must supply manufacturer name and part number, and specifications. If equal, vendor must provide information with quote proving the equality of the items. Technical acceptability of or equal products shall be determined by the government. All quotes must reflect FOB Destination. The Government anticipates award on a best value basis. IAW FAR 52.212-2, Evaluation-Commercial Items, the Government intends to award a contract to the responsible offeror whose offer conforming to the proposal will be the most advantageous to the Government based on technical capability of the item offered to meet the Government requirement and price. The following factors shall be used to evaluate offers: 1. Technical Specification/Capability 2. Price Technical evaluation factors when combined will be significantly more important than price. All Contract Identification Line Items (CLIN)s are Deutz or Stauffer Diesel Brand Name or Equal. CLIN 0001: Qty 8 - Diesel Engine Assembly Kits Each kit shall contain the items identified in the two lists below. The following kit items are Deutz Brand Name or Equal: Qty 1 - Deutz Diesel Tier 4i Engine w/EGR Valve, Rated at 63.7 HP @2600 RPM (P/N: D2011l04i) Qty 1 - Deutz LOFA 24 VDC Control Panel without harness (P/N: EP250KL7) The following kit items are Stauffer Diesel Brand Name or Equal: Qty 1 - Engine Harness (P/N: 998-0033-50) Qty 1 - Exhaust Pipe (P/N: 21998) Qty 1 - Rain Cap (P/N: 5004) Qty 1 - Guard Cooler (P/N: 22183) Qty 1 - Throttle Lever Mounting Kit, Speed Control (P/N: 1548) Qty 1 - Throttle Cable (P/N: 57804) Qty 1 - Truck Valve, Oil Drain (P/N: 57267) Qty 1 - Adapter, Oil Drain (P/N: 57268) Qty 1 - Guard, Rain, Preheat Relays (P/N: 23180) Qty 1 - Glow Coils, 24 Volt (P/N: 1179017) Qty 1 - Relay Timing (P/N: 4271689) Qty 1 - Relay, Slave (P/N: 4271981) CLIN 0002: Qty 8 - Parts Manual (P/N: 11192) CLIN 0003: Qty 8 - Operators/Instruction Manual (P/N: 11193) CLIN 0004: Qty 16 - Lifting Eye, Engine (P/N: 4272053) CLIN 0005: Qty 1 - Freight *** NOTE: Interested parties submitting quotes on EQUAL items MUST include descriptive literature that demonstrates functional capabilities of their product. *** Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. The following FAR/DFARS/AFFARS provisions/clauses apply to this acquisition: FAR 52.211-6 - Brand Name or Equal (Aug 1999) FAR 52.212-2 - Evaluation-Commercial Items (Jan 1999) FAR 52.212-4 - Contract Terms &Conditions-Commercial Items (Jun 2010) FAR 52.212-5 Deviation - Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jul 2010) FAR 52.219-6 - Notice of Total Small Business Set-Aside (Jun 2003) FAR 52.219-28 - Post-Award Small Business Program Representation (Apr 2009) FAR 52.222-3 - Convict Labor (Jun 2003) FAR 52.222-19 - Child Labor - Cooperation with Authorities and Remedies (Aug 2009) FAR 52.222-21 - Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26 - Equal Opportunity (Mar 2007) FAR 52.222-36 - Affirmative Action for Workers with Disabilities (Jun 1998) FAR 52.222-50 - Combat Trafficking Persons (Feb 2009) FAR 52.232-33 - Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) FAR 52.233-3 - Protest After Award (Aug 1996) FAR 52.247-34 - F.O.B. Destination (Nov 1991) FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998) (http://farsite.hill.laf.mil) FAR 52.252-6 - Authorized Deviations In Clauses (Apr 1984) ("Defense Federal Acquisition Regulation Supplement" and "Chapter 2") DFAR 252.203-7000 - Requirements Relating to Copensation of Former DoD Officials (Jan 2009) DFAR 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights (Jan 2009) DFAR 252.204-7003 - Control of Government Personnnel Work Product (Apr 1992) DFAR 252.211-7003 - Item Identification and Valuation (Aug 2008) DFAR 252.212-7001 Deviation - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2010) DFAR 252.225-7001 - Buy American Act-Balance of Payment Program Certificate (Jan 2009) DFAR 252.225-7002 - Qualifying Country Sources as Subcontractors (Apr 2003) DFAR 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports. (Mar 2008) DFAR 252.232-7010 - Levies on Contract Payments(May 1995) DFAR 252.247-7023 Alt III - Transportation of Supplies by Sea (May 2002). AFFAR 5352.201-9101 - Ombudsman (Apr 2010) WAWF: Local Clause Offerors shall complete a copy of the Online Offeror Representations and Certifications Application. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION (CCR) BEFORE BEING CONSIDERED FOR AWARD. Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. Interested parties must include, with their quote, their CAGE code, tax identification number (TIN), and delivery date. Shipping terms will be F.O.B. Destination, Tyndall AFB, FL 32403-5526 with inspection and acceptance at destination.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/TynAFBCS/F4ATA30176A001/listing.html)
 
Place of Performance
Address: 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB, Florida, 32403, United States
Zip Code: 32403
 
Record
SN02234274-W 20100811/100809235708-0f77188ec31799c0bb4a29a6b596263f (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.