Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2010 FBO #3207
SOLICITATION NOTICE

35 -- Deicer Repairs

Notice Date
9/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 48 CONS/LGC - Lakenheath, RAF Lakenheath, Unit 5070 Box 270, RAF Lakenheath, 09461-0270
 
ZIP Code
09461-0270
 
Solicitation Number
F3B3LR0139A001
 
Archive Date
9/24/2010
 
Point of Contact
mark a barber, Phone: 2262215, Thomas D. Crews, Phone: 01638522235
 
E-Mail Address
mark.barber@lakenheath.af.mil, thomas.crews@lakenheath.af.mil
(mark.barber@lakenheath.af.mil, thomas.crews@lakenheath.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation RFQ -Repair Deicer Equipment for RAFM - Reference (F3B3LR0139A001) Purchasing Agency: 48th Contracting Squadron - 48 CONS/LGCB RAF Lakenheath, Brandon, Suffolk, IP27 9PN, United Kingdom This is a combined synopsis/solicitation for a commercial item 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; quotes are being requested and a written solicitation will not be issued This solicitation is issued as a request for quotation IAW FAR Part 12 and 13. Submit written quotes in reference to Request for Quote (RFQ) reference number F3B3LR0139A001. Due to the overseas location of this solicitation, no set-aside will be used. The NAICS code for this requirement is 811310, Industrial equipment and machinery repair and maintenance services. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-44 dated 8-July-10. o Quote shall include a unit and total price for the following bid schedule: CLIN 0001 -Repairs to boom deicer to include the following: 1. Shipment Costs 2. And in accordance with attached Statement of Work Quantity 1 Each - Unit Price: £________ Total Price: £________ o Prices shall be all inclusive (i.e. all material, transportation, labor, etc.) o Quotes shall be valid for a minimum of 60days o Quote shall also include the contractor's technical capability A site visit is being offered on Tuesday, 7th September 2010 at 1300 hours. All offerors are encouraged to inspect the equipment on which the work will be performed. In no event shall failure to inspect the vehicle constitute grounds for a claim after contract award. All offerors who intend to participate in the site visit shall coordinate base access through the Contracting Office via email request to mark.barber@lakenheath.af.mil <mark.barber@lakenheath.af.mil> no later than 10:00am on the 7th of September 2010. The following clauses and provisions apply to this solicitation and are included by reference: Federal Acquisitions Regulation (FAR) Clauses: 52-204-7 Central Contractor Registration 52.212-1 Instructions to Offerors - Commercial Items (see addenda below) 52-212-3 Offeror Representations and Certifications - Commercial Items, Alt 1 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - (Deviation) 52.222-50 Combating Trafficking in Persons 52.232-33 Payment by Electronic Funds Transfer (EFT) - CCR 52-237-2 Protection of Government Buildings, Equipment, and Vegetation 52.245-1 Government Property, Alt 1 52.245-9 Use and Charges 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-5 Authorized Deviations in Provisions Department of Defense Federal Acquisition Regulations (DFAR): 252.204-7004 Alternate A (Required Central Contractor Registration) 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders - (Deviation) 252.222-7002 Compliance with Local Labor Laws (Overseas) 252.225-7042 Authorization to Perform 252.229-7000 Invoices Exclusive of Taxes or Duties 252.229-7006 Value Added Tax Exclusion (United Kingdom) 252.229-7007 Verification of United States Receipt of Goods 252.229-7008 Relief of Import Duty (United Kingdom) 252.232-7003 Electronic Submission of Payment Requests 252.233-7001 Choice of Law (Overseas) Air Force Federal Acquisition Regulations (AFFAR): 5352.201-9101 Ombudsmen 5352.223-9001 Health and Safety on Government Installations 5352.242-9000 Contractor Access to Air Force Installations The full text of the FAR, DFAR, and AFFARS can be accessed on the Internet at http://farsite.hill.af.mil Quote Specifics: Quotes are due to this office no later than 3:00p.m. Greenwich Mean Time, 9 September 2010. Quotes may be faxed to 01638-52-2215 or if dialing from outside United Kingdom 011-44-1638-52-2215, or sent via e-mail to mark.barber@lakenheath.af.mil. All quotes must include the following information: 1. Company's or individuals complete mailing and remittance address 2. Discounts for prompt payment- if any 3. Quotes must be valid for a period of no less than 60 days. 4. Copy of Offeror Representations and Certification; please see FAR 52.212-3 Alt 1, for additional direction. Evaluation of Quotes: In accordance with FAR 12.602(a) and FAR 13.106-2, the following is provided: EVALUATION 1. Technical capability and/or qualification(s) in meeting the Government's requirement; 2. Price (b) Basis of Award: This is a competitive solicitation for quotations utilizing Best Value procedures in accordance with FAR Parts 12 and 13. The Government will award a contract to the responsible vendor whose quotation (conforming to the solicitation) will be most advantageous (e.g Best Value) to the Government. Therefore, quotations should contain the vendor's best terms from a price, and technical qualification standpoint. The Government reserves the right to conduct trade-offs between technical capability, and price to determine the quotation that represents overall best value, and is most advantageous to the Government. This best value approach may allow contract award to a higher priced vendor, if a higher level of technical capability is determined to merit additional price. Addenda As prescribed in FAR 12.302(d) the following addenda is provided for solicitation provision FAR 52.212-1 and hereby amends any language therein: INSTRUCTIONS TO VENDORS -- COMMERCIAL ITEMS (JUN 2008) *the term "solicitation" hereby references this combined synopsis solicitation* (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear on page one of this solicitation. (b) Submission of quotations. Submit quotations to the office specified in this solicitation on or before the date specified in this solicitation. Quotations may be submitted on letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show -- (1) The solicitation number (2) The date specified in the solicitation for receipt of quotations; (3) The name, address, and telephone number of the vendor; (4) A technical description in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the bidder shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (11) Since this quotation will not be submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Vendors that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for validity of quotations. The vendor agrees to establish a firm timeframe in which the proposed price is good for. (e) Multiple quotations. Vendors are encouraged to submit multiple quotations presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each quotation submitted will be evaluated separately. (i) Any quote, modification, revision, or withdrawal of a quote received at the Government office designated in the solicitation after the exact time specified for receipt of quotes is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late quote would not unduly delay the acquisition; and- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of quotes; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of quotes and was under the Government's control prior to the time set for receipt of quotes; or (C) If this solicitation is a request for quotation, it was the only quote received. (ii) However, a late modification of an otherwise successful quote, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the quote, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that quotes cannot be received at the Government office designated for receipt of quotes by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Quote may be withdrawn by written notice received at any time before the exact time set for receipt of quotes. Oral quotes in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile quotes, quotes may be withdrawn via facsimile received at any time before the exact time set for receipt of quotes, subject to the conditions specified in the solicitation concerning facsimile quotes. A quote may be withdrawn in person by a vendor or its authorized representative if, before the exact time set for receipt of quotes, the identity of the person requesting withdrawal is established and the person signs a receipt for the quote. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate quotations as described in FAR 13.106-2. Therefore, the vendor's initial quote should contain the vendor's best terms from a price and technical standpoint. The Government may accept other than the lowest quote; and waive informalities and minor irregularities in quotes received. (j) Data Universal Numbering System (DUNS) Number. (Applies to all quotations exceeding $3,000, and quotations of $3,000 or less if the solicitation requires the Contractor to be registered in the Central Contractor Registration (CCR) database. The vendor shall enter, in the block with its name and address on the cover page of its quotation, the annotation ``DUNS'' or ``DUNS +4'' followed by the DUNS or DUNS +4 number that identifies the vendor's name and address. The DUNS +4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the vendor to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the vendor does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. A vendor within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://fedgov.dnb.com/webform. A vendor located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. The vendor should indicate that it is a vendor for a Government contract when contacting the local Dun and Bradstreet office. (k) Central Contractor Registration. Unless exempted by an addendum to this solicitation, by submission of a quotation, the vendor acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the vendor does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered vendor. Vendors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. (End of Provision) In accordance with FAR 13.004 -- Legal Effect of Quotations the following information is provided in regards to quotations. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier's quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. When appropriate, the contracting officer may ask the supplier to indicate acceptance of an order by notification to the Government, preferably in writing. In other circumstances, the supplier may indicate acceptance by furnishing the supplies or services ordered or by proceeding with the work to the point where substantial performance has occurred. If the Government issues an order resulting from a quotation, the Government may (by written notice to the supplier, at any time before acceptance occurs) withdraw, amend, or cancel its offer. JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION (FOR $2,500 AND OVER) 1. CONTRACTING DIVISION: 48 CONS/LGCB 2. NATURE OF ACTION BEING APPROVED: Seeking approval to conduct repairs on a Global Ground Support Deicer Boom Truck Series GL-1800 using specific brand name parts produced by the manufacturer of the vehicle. 3. DESCRIPTION OF SUPPLIES AND SERVICES: Repair/Replace Second Stage Boom assembly, Fly Boom assembly, Fly Boom Cylinder assembly, as well as replacing all associated hardware for a Deicer Boom Truck Series GL-1800 4. AUTHORITY: Far 6.302-1(c) "Application for Brand Name Description." 5. APPLICABILITY OF AUTHORITY: FAR 11.105(a)(1) The particular brand name, product, or feature is essential to the Government's requirements, and market research indicates other companies' similar products, or products lacking the particular feature, do not meet, or cannot be modified to meet, the agency's needs. Global Ground Support OEM replacement parts are required to ensure compatibility with equipment already in place. The purchase of any other brand would impact configuration, certification, maintenance and service. The manufacturer is the sole proprietor and distribution point for their replacement parts. 6. EFFORTS TO OBTAIN FAIR COMPETITION: It was determined that the repairs itself could be allowed full and open competition, yet the replacement parts had to be brand specific. Thus the solicitation for the repairs will be posted online to allow for full and open local competition IAW Commanders Intent Memorandum - Local Sources, posted 22nd of March 2010. The awardee will be responsible to procure the brand name parts and also conduct the repairs locally in the United Kingdom. 7. FAIR AND REASONABLE COST: IAW FAR 13.106-3(a)(1), Price Fair and reasonable will be determined from the competition between the responsive vendors. 8. MARKET SURVEY: Through market research it was determined there to be adequate local competition to complete the repairs and subsequently certify the work completed to meet the customer's needs. 9. STEPS TO FOSTER COMPETITION: We will continue to conduct market research and monitor any future changes with sourcing potential parts vendors for our current Global Ground Support De icers. 10. TECHNICAL REQUIREMENTS/PERSONNEL CERTIFICATION: I certify the information contained in this justification is accurate and complete. ______________________________ ROBERT E. FORRESTER, SMSgt, USAF Vehicle Fleet Manager, RAF Mildenhall 11. CONTRACTING OFFICERS CERTIFICATION: The contracting officer's signature below represents a certification the justification is accurate and complete to the best of the contracting officer's knowledge and belief. ______________________________ JEFFREY R. LEWIS, TSgt, USAF Contracting Officer, RAF Lakenheath
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/48CONSLGC/F3B3LR0139A001/listing.html)
 
Place of Performance
Address: United Kingdom, Mildenhall, United Kingdom
 
Record
SN02268305-W 20100905/100903235739-31202749182839536cbbd00cc9b5a117 (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.