Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2011 FBO #3354
SOLICITATION NOTICE

16 -- 46 QTY Covers for External Fuel Tank Pylons

Notice Date
1/28/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
132 FW/MSC, Iowa ANG, Iowa ANG, 3100 McKinley Avenue, Des Moines, IA 50321-2799
 
ZIP Code
50321-2799
 
Solicitation Number
W912LP11T0013
 
Response Due
2/8/2011
 
Archive Date
4/9/2011
 
Point of Contact
Patrick Olson, 515-261-8464
 
E-Mail Address
132 FW/MSC, Iowa ANG
(patrick.olson@ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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 being requested and a written solicitation will not be issued. 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. This solicitation is issued under Request for Quotation (RFQ) number W912LP-11-T-0013. All proposals shall reference the RFQ number and shall be submitted by 9:00 A.M. local time (CST) on 8 February 2011. The anticipated award date is 10 February 2011. This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular FAC 2005-49 dated 24 January 2011. This is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The North American Industry Classification system code (NAICS) 336413 and the business size standard is 1,000 employees. Contract line item numbers and quantities: CLIN 0001: 46 QTY Covers for External Fuel Tank Pylons Fitted for F-16 external fuel tank pylons, Top panel: 100% waterproof composite vinyl, Side panels: multi-layer advanced composite nylon weather proof membrane, will not conduct electricity, material is moisture wicking, stands up to extreme weather, and resistant to oil/fuel products. The Government will award a firm-fixed priced contract resulting from this solicitation, to the responsible offeror whose offer conforming to the solicitation will be the Best Value to the Government. Best Value is the most advantageous offer, price and other factors considered with the Government's stated importance of evaluation criteria. The following evaluation factors will be used to evaluate quotes received: Technical Capabilities and Price. Technical Capabilities will be slightly more important than price. The Government intends to evaluate proposals and award a contract without discussions, therefore, offerors initial proposal should contain the offerors best terms from a technical and price standpoint. Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted via e-mail to the address listed at the bottom of this solicitation. Offerors are requested to submit questions no later than 5:00 P.M. local time (CST) on 3 February 2011. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. The following provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors, Commercial. FAR 52.212-2, Evaluation - Commercial Items. FAR 52.212-3 (Alt 1), Offerors Representations and Certifications, Commercial Items (Offerors shall include a completed copy as part of their quote or a completed registration on the ORCA website (https://orca.bpn.gov/login.aspx). 52.212-4, Contract Terms and Conditions is incorporated by reference and applies to this acquisition with the following addendum: Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders. Additional FAR clauses cited within the clause are applicable to the acquisition. The following clauses are incorporated by reference: 52.219-6, Notice of Total Small Business Set-aside; 52.219-8, Utilization of Small Business Concerns; 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; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.222.50, Combating Trafficking of Persons; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332); The following clauses and provisions within 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items are applicable; 52.203-3, Gratuities; 252.225-7012,Preference for Certain Domestic Commodities; 252.243-7002, Request for Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea. The following additional clause is incorporated by reference: 52.233-3, Protest after Award. The following additional clauses and provisions are added in full text: 52.233-2, Service of Protest. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). It is mandatory that invoicing is done via Wide Area Workflow (WAWF / Electronically) Due to time constraints for this project, offers must be submitted by either fax or e-mail. Contact information is listed below: You may fax your offer to us at fax number: 515-261-8460 or you can e-mail it to the below individuals: SMSgt Patrick J. Olson at patrick.olson@ang.af.mil 515-261-8464 SSgt Daniel J. Torrence at daniel.torrence@ang.af.mil 515-261-8463 Offers are due at or before 9:00 A.M. local time (CST) on 8 February 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA13-1/W912LP11T0013/listing.html)
 
Place of Performance
Address: 132 FW/MSC, Iowa ANG Iowa ANG, 3100 McKinley Avenue Des Moines IA
Zip Code: 50321-2799
 
Record
SN02369277-W 20110130/110128234507-cf2731e1675b97e5449d10e543085ff9 (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.