Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2010 FBO #3225
SOLICITATION NOTICE

66 -- Soil Testing and Survey Equip. - Combo Synopsis

Notice Date
9/21/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 3 CONS - Elmendorf, 10480 22nd Street, Elmendorf AFB, Alaska, 99506-2500
 
ZIP Code
99506-2500
 
Solicitation Number
F1W3E30258A001
 
Archive Date
10/12/2010
 
Point of Contact
Michelle Thorns, Phone: 907-552-3724, Brenda J. Leckrone, Phone: 907-552-5337
 
E-Mail Address
michelle.thorns@elmendorf.af.mil, brenda.leckrone@elmendorf.af.mil
(michelle.thorns@elmendorf.af.mil, brenda.leckrone@elmendorf.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Synopsis/ Solicitation THIS ACQUISTIONS IS SUBJECT TO THE AVAIBALITY OF FUNDS 1) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. 2) Solicitation F1W3E30258A001 is issued as a Request for Quote (RFQ). 3) The solicitation document and incorporated provisions and clauses are those in effect Federal Acquisition Circular 2005-43 effective 02 Aug 2010 and Class Deviation 2010-O0015. The DFARS provisions and clauses are those in effect to DCN 20100908. 4) This is a total small business set aside. The NAICS code is 334519, size standard: 500 Employees. 5) Line Items: All items Brand name or equal. 1 Description Item number Unit. 2 Thermocure II 1 EA 3 ez Cure Curing box 1 EA 4 Honda 2000 Watt Portable Generator EU2000I 2 EA 5 Specific Gravity Bench Set 1 EA 6 Phunque Flask for Fine Aggregates 2 EA 7 Vibrating Table 1 EA 8 Procure Vacuum Pycnometer 1 EA 9 Concrete Cylinder Mold. 4"x8", 36 Mold Per Box 4 EA 10 Water Bath w/Microprocessor Temp Control 1 EA 11 High Performance Lab Oven 2 EA 12 Quarter Master Hot Asphalt Mix Splitter 1 EA 13 Sample Splitter Large Capacity 1 EA 14 Versa-Splitter Medium Capacity 1 EA 15 Heavy-Duty, Infrared Thermometer 4 EA 16 Digital Manometer 2 EA 17 Exhaust Tubing, Stainless Steel 20 EA 18 Asphalt Content/Binder Ignition Furnace, 240V 60Hz 1 EA 19 Accessory Package for Ignition Furnaces 2 EA 20 Printer Paper for Furnace 12 EA 21 Plastic, Single-Use Cylinder Mold, 4" x 8" (102 x 1 EA 56.00 56.00 203mm), Cartons of 36 1 EA 22 Automatic Mechanical Compactor, 230V, 50/60 Hz 1 EA 23 4" Econ-o-Cap Set 4 EA 24 Reusable Batter Board System, Set of 8 per box 10 EA 25 Service & Calibrate- 5600 Total Station 1 EA 26 300000 Ib, High Capacity Load Cell (Column/Canister),Material-17-4 PH 8.8., 6 Pin Bendix Receptacle, PT02A-10-6P 1 EA 27 ZCC950, 30 ft Long, 6 Pin Bendix PT06A- 1 EA 135.00 135.00 10-6S-SR to Cable Assembly, CC1 Code, Molded Strain Relief, Material-Polyurethane, 28 Awg 6 Conductors, Braided Shielded 1 EA 28 Model: IPMSOO, Signal Conditioned Digital Display (Load Cell Version), Load Cell Version, Analog Output 1 EA 29 NI8T Traceable System Calibration wI Instrument & Certificate, Compression, Voltage Output, S points 1 EA 30 Mary-Ann Sieve Shaker for 8'' and 12'' sieves 1 EA 31 Ohaus Explorer Pro Balance, 8100 x 0.1g 2 EA 32 Pro-Loader II Load Frame, 10,0001bf Capacity, 220V/50Hz 1 EA 33 Procure 100mm Paper Discs, Marshall Stability. Circular Paper, Disc 4", Pkg 1000 1 EA 34 12M Dia Sieve, Stainless Cloth, Brass Frame, 1•112" 2 EA 35 12" Dia Sieve, Stainless Cloth, Brass Frame, 1" 2 EA 36 12" Dia Sieve, Stainless Cloth. Brass Frame, 3/4" 2 EA 37 12~ Dia Sieve, Stainless Cloth, Brass Frame, 1/2" 2 EA 38 12" Dia Sieve, Stainless Cloth. Brass Frame. 318" 2 EA 39 12" Dia Sieve, Slainless CIoIh, Brass Frame, NO. 4 2 EA 40 12" Dia Sieve, Slainless CIoIh, Brass Frame, NO. 8 2 EA 41 12" Dia Sieve, Slainless CIoIh, Brass Frame, NO. 10 2 EA 42 12" Dia Sieve, Slainless CIoIh, Brass Frame, NO. 16 2 EA 43 12" Dia Sieve, Slainless CIoIh, Brass Frame, NO. 30 2 EA 44 12" Dia Sieve, Slainless CIoIh, Brass Frame, NO. 40 2 EA 45 12" Dia Sieve, Slainless CIoIh, Brass Frame, NO. 50 2 EA 46 12" Dia Sieve, Slainless CIoIh, Brass Frame, NO. 60 2 EA 47 12" Dia Sieve, Slainless CIoIh, Brass Frame, NO. 100 2 EA 48 12" Dia Sieve, Slainless CIoIh, Brass Frame, NO. 200 2 EA 49 12" Dia Steve, Brass Frame. Pan 2 EA 50 12" Dia Sieve, Brass Frame. Cover 2 EA 51 12V Cordless Concrete Vibrator Kit 458-VR251DWDE 2 EA 52 40-Gallon Parts Washer 1 EA 53 Trimble Dini Level 3mm accuracy 78070017 2 EA 6) The government intends to award a firm-fixed price contract. 7) DELIVERY: 30 Days ARO (please ensure your delivery timeframe is stated in the RFQ). SHIPPING: FOB Destination, 6326 Arctic Warrior, JBER-Elmendorf ABW, AK 99506-2501, POC: Ssgt Etienne Els (907) 552-2373. 8) The provision at 52.212-1, Instructions to Offerors-Commercial applies to this acquisition. Addenda to provision 52.212-1: Paragraph (b)(10) does not apply. Paragraph (c), offeror agrees to hold prices valid for a period of sixty (60) days. 9) The provision at 52.212-2, Evaluation-Commercial Items applies to this acquisition. Addenda: Paragraph (a) is changed to read, "The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, will be most advantageous to the Government based on lowest price technically acceptable product for all items in the schedule." Paragraph (b) does not apply. 10) Each offerror must be registered and current in Central Contracting Regristration (CCR) 11) Each offeror shall include a completed copy of the provision at 52.212-3, Alternate I, Offeror Representations and Certifications--Commercial Items, and the provision 252.212-7000, Offeror Representations and Certifications--Commercial Items, or update these on-line representations and certifications at http://orca.bpn.gov. 12) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition 13) The following clauses apply to this acquisition: 52.203-13 Contractor Code of Business Ethics and Conduct 52.212-1 is supplemented per following addenda: "Contractor shall submit their quote on company letterhead, delivery time, name, address, and telephone number of the offeror, terms of any express warranty, unit price, and overall total price 52.212-2 Evaluation-Commerical Items 52.212-3 Offerors Representations and Certifications - Commercial Items & Alt I 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 (Deviation) 52.219-6 Notice of Total Small Business Set Aside 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 52.222-36 Affirmative Action for Workers with Disabilities 52.222-50 Combat Trafficking Persons 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by electronic funds Transfer-Central Contracting Regristration 52.233-3 Protest after award 52.233-4 Applicable Law for Breach of Contract 252.203-7000 Requirements relating to compensation of former DoD Officials 252.212-7001 (Dev) Contract terms and conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) 252.225-7000 Buy American Act- Balance of Payments Program Certificate 252.225-7001 Buy American Act-Balance of Payments Program 252.232-7003 Electronic Submission of payment Requests 252.232-7010 Levies on Contract Payments 252.247-7023 Transportation by Sea 252.247-7023 Alt III Transportation of Supplies by Sea The following local clause applies: G-201 SUBMIT INVOICES ELECTRONICALLY Wide Area Work Flow Clause This contract contains DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. This clause requires invoices for supplies and services purchased by the DoD be submitted via electronic means. The Wide Area Workflow (WAWF) system satisfies this mandatory requirement. WAWF can be accessed on the internet at https://wawf.eb.mil/. Before using WAWF, ensure your company's Electronic Business POCs listed in your Central Contractor Registration (CCR) are the same individuals that will invoice through WAWF. If they aren't, changes can be made to your company's CCR profile at www.ccr.gov. Click on "Update" or "Renew" using "TPIN". CCR customer support can be reached at 1-888-227-2423. If your company's electronic business POCs are correct, contact the WAWF helpdesk at 1-866-618-5988 or by e-mail at cscassig@ogden.disa.mil and ask to establish a group for your company's CAGE code. The group administrator will also have to call the WAWF helpdesk to request account activation. Once the group is established and the account is activated, your company will be able to create a combination invoice/receiving report using the codes below and instructions available from our contract administrator/buyer. Questions concerning payment should be directed to the Defense Finance Accounting Services (DFAS) Limestone at (800)-756-4571. Please have the order number and invoice number ready when calling about payment status. The accounts payable mailing address can be located in Block 18a of the order. Payment information can be easily accessed using the DFAS web site at http://www.dfas.mil. The purchase order/contract number or invoice will be required to inquire status of payment. Go to DFAS on the web at: www/dfas.mil/money/vendor.. The contractor shall create the following: "Receiving report combo" for supplies or combination of supplies & services THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR INVOICES THROUGH WAWF ISSUE BY DODAAC: FA5000 ADMIN DODAAC: FA5000 INSPECT BY DODAAC: F1W3E3 SERVICE ACCECPTOR: F1W3E3 "SHIP TO" DODAAC: F1W3E3 PAY OFFICE DODAAC: F67100 Please send additional emails to all listed: EMAIL POINT OF CONTACT LISTING: 3CONS.WAWF@elmendorf.af.mil SERVICE ACCEPTOR/INSPECTOR: N/A 14) N/A 15) N/A 16) Quotes are due no later than 27 Sep 2010, 12:00 P.M. Alaska Daylight Savings Time. Send quotations to the 3rd Contracting Squadron/LGCA, Attn: Michelle Thonrns, 10480 22nd Street, Elmendorf AFB AK 99506-2501. Quotations may be submitted via fax at (907) 552-0552 or emailed to michelle.thorns@elmendorf.af.mil or brenda.leckrone@elmendorf.af.mil. Quotes must be signed, dated, and submitted on company letterhead. Quotes shall include a completed schedule, delivery timeframe, and prices for each item in the schedule. 17) For information regarding this solicitation, contact Michelle Thorns, Contract Specialist, (907)552-5351 or Brenda Leckrone, Contracting Officer, (907)552-5337.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/F1W3E30258A001/listing.html)
 
Place of Performance
Address: JBER, Alaska, 99506, United States
Zip Code: 99506
 
Record
SN02290023-W 20100923/100921234716-e92c667cf0f61d725be3b22fdce58eb4 (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.