SOLICITATION NOTICE
28 -- Cummins Engines and Associated Equipment - FAR 6.302-1(c) Brand Name Justification
- Notice Date
- 9/16/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423860
— Transportation Equipment and Supplies (except Motor Vehicle) Merchant Wholesalers
- 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
- F1XTD20237A001
- Archive Date
- 10/6/2010
- Point of Contact
- Seth M. Stambaugh, Phone: 8502839625, Angela M. Maher, Phone: 850-283-2974
- E-Mail Address
-
seth.stambaugh@tyndall.af.mil, angela.maher@tyndall.af.mil
(seth.stambaugh@tyndall.af.mil, angela.maher@tyndall.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Brand Name Justification This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subparts 12.6, as supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-45. 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. The solicitation reference number is F1XTD20237A001 and is issued as a Request For Quote (RFQ). Simplified acquisition procedures will be used and a firm, fixed price purchase order will be written in accordance with FAR 13.501. This acquisition is 100% set aside for small business, under North American Industry Classification System (NAICS) code 423860, with a small business size standard of 500 employees. 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 (items quoted must meet all required specifications) 2. Price Contract Line Item Number (CLIN) is identified below. CLIN 0001: 1 Lot consisting of the following: Qty 2 each- Cummins Engines, QSM 11/610 engine with ZF 325-1A, 1.733:1 ratio marine gear Qty 1 each - Parker Hydraulic Pump, #PFVH25D21R3FN1 Qty 1 each - Parker Outlet Flange, #W461616U Qty 1 each - Parker Inlet Flange, #W462424U Qty 1 each - Logan PTO Unit, #SBB-2524 Qty 1 each - Logan Hydraulic Power Pack, #034-4000 Qty 1 each - ZF Adaptor, 3207199029 This is a brand name requirement. The brand name justification is attached. All quotes shall reflect FOB Destination to NAS Pensacola, FL. ** Quotes must clearly indicate vendor's understanding of the requirement** 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 52.203-3 - Gratuities FAR 52.203-6 Alt I - Restrictions on Subcontractor Sales to the Government FAR 52.204-4 - Printed or Copied Double-Sided on Recycled Paper FAR 52.212-1 - Instruction to Offerors - Commercial Items FAR 52.212-3 Alt I - Offeror Representations & Certifications - Commercial Items FAR 52.212-4 - Contract Terms &Conditions-Commercial Items FAR 52.212-5 (Deviation) - Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items FAR 52.219-6 - Notice of Total Small Business Set-Aside FAR 52.219-8 Deviation - Utilization of Small Business Concern FAR 52.219-14 - Limitations on Subcontracting FAR 52.219-28 - Post-Award Small Business Program Representation 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 52.222-26 - Equal Opportunity FAR 52.222-35 - Equal Opportunity for Special Disable Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.222-36 - Affirmative Action for Workers with Disabilities FAR 52.222-37 - Employment Reports on Disable Veterans and Veterans of the Vietnam Era FAR 52.222-50 - Combat Trafficking Persons FAR 52.232-33 - Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.233-3 - Protest After Award FAR 52.233-4 - Applicable Law for Breach of Contract Claim FAR 52.247-34 - F.O.B. Destination FAR 52.252-2 - Clauses Incorporated by Reference (http://farsite.hill.laf.mil) FAR 52.252-6 - Authorized Deviations In Clauses ("Defense Federal Acquisition Regulation Supplement" and "Chapter 2") DFARS 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights DFARS 252.209-7001 - Disclosure of Ownership or Control by the Government of a Terrorist Country DFARS 252.211-7003 - Item Identification and Valuation DFARS 252.212-7000 - Offeror Representations and Certifications -Commercial Items DFARS 252.212-7001 (Deviation) - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7000 - Buy American Act-Balance of Payment Program Certificate DFARS 252.225-7002 - Qualifying Country Sources as Subcontractors DFARS 252.225-7012 - Preference for Certain Domestic Commodities DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010 - Levies on Contract Payments DFARS 252.243-7002 - Requests for Equitable Adjustment DFARS 252.247-7023 - Transportation of Supplies by Sea AFFARS 5352.201-9101 - Ombudsman WAWF: Local Clause Offerors may complete the annual representations and certificates electronically at http://orca.bpn.gov 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. Inspection and Acceptance will be conducted by the Government at Destination.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/TynAFBCS/F1XTD20237A001/listing.html)
- Place of Performance
- Address: NAS Pensacola, Escambia, Florida, 32508-5217, United States
- Zip Code: 32508-5217
- Zip Code: 32508-5217
- Record
- SN02284223-W 20100918/100916235321-5443e428a8543d8485ed5c14c4ec3f5d (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 |