Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2010 FBO #3206
SOLICITATION NOTICE

28 -- Diesel Engine for U30 Tractor - RFQ Format for Submitting Quote

Notice Date
9/2/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
F1M3T40232A001
 
Archive Date
9/30/2010
 
Point of Contact
Elizabeth A Billham, Phone: 843-963-5182, Jacqueline Brown, Phone: (843) 963-5857
 
E-Mail Address
libby.billham@charleston.af.mil, jacqueline.brown@charleston.af.mil
(libby.billham@charleston.af.mil, jacqueline.brown@charleston.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Use this format to submit your quote. (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. Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1M3T40232A001 and is being issued as a Request for Quote (RFQ). The RFQ format is attached to this combined synopsis/solicitation and will be used to submit a quote. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43, effective 2 Aug 2010. (iv) This acquisition unrestricted. The associated NAICS code is 333618 with a 1000 employee size standard. (v) Contractors shall submit a lump sum quote for: CLIN 0001: One (1) each DUETZ Diesel Engine, Certified TierIII, Brand Name or equal for a TUG Aircraft Gate Tractor (Model: U30). The following salient features, at a minimum, for the engine are: Engine Manufacturer: DUETZ Engine Model #: BF6M 1013 FC Type: Water-cooled, diesel, four-cycle Number of Cylinders: six (6) cylinder; in-line Displacement: 433 C.I.D. (7.1L) Horsepower @ Flywheel: 268 hp (200kW) @ 2300 rpm Maximum Torque: 774 ft lb @ 1500 rpm Fuel Injection: Common Rail Aspiration: Turbocharged, charge air-cooled Fuel: Compatible with No.2 Jet-A-approved CLIN 0002: CORE Charge Additional Information: Tractor S/N: 00752 097 Tractor MFG Date: 08-2002 CODE: CE223 The engine will be installed by government. Government will remove the old ceased engine and install the new engine. The old engine will be returned to the contractor. All responsible sources may submit a quotation, which shall be considered. (vi) Items to be delivered FOB Destination to: Charleston AFB, SC. Offerors are to submit deliver time with their proposal. (vii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors-Commercial. (viii) FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting form 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 the following relative order of importance: 1. Technical capability of the item offered to meet the Government requirement. 2. Price- The Government will evaluate offers for award purposes or the total price for the requirement. (ix) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications--Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. (x) The clause at 52.212-4 Contract Terms and Condition-Commercial Items, applies to this acquisition. (xi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUN 2008) (Deviation) are incorporated by reference, however, the following clauses apply; FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. (xii) The following additional clauses are applicable to this procurement. • FAR 52.211-6, Brand Name or Equal • FAR 52.219-28, Post Award Small Business Representation • FAR 52.222-50, Combating Trafficking in Persons. • FAR 52.223-11, Ozone-Depleting Substances • FAR 52.223-12, Refrigeration Equipment and Air Conditioners • FAR 52.225-13, Restrictions on Certain Foreign Purchases (>$2,500) • FAR 52.223-15, Energy Efficiency in Energy-Consuming Products • DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414). • DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate (solicitation only) • DFARS 252-225.7001, BAA - Balance of Payments Program • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors • DFARS 252.232-7003, Electronic Submission of Payment Requests • DFARS 252.246-7000, Material Inspection And Receiving Report • AFFARS 5352.201-9101 OMBUDSMAN (10 AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0267, fax (618) 256-6668, email: Michael.jackson@scott.af.mil.. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. AFFARS 5352.223-9000, Elemination of Use of Class I Ozone Depleting Substances (OSDs) (xiii) Defense Priorities and Allocation System: N/A (xiv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 15 Sep 2010 no later than 4:30 PM Eastern Standard Time. Requests should be marked with solicitation number F1M3T40232A001. (xv) Address questions to Elizabeth Billham,Contract Specialist, at (843) 963-5182, fax (843) 963-5183, email libby.billham@charleston.af.mil or Jacqueline Brown, Contracting Officer, Phone (843) 963-5857, email jacqueline.brown@charleston.af.mil For more opportunities, visit http://www.selltoairforce.org, under LRAE Procurement Forecast and http://www.sba.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/F1M3T40232A001/listing.html)
 
Place of Performance
Address: Charleston AFB, Charleston, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN02265783-W 20100904/100902235751-14dbbd84f72046c198f4fa699a8faddf (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.