SOLICITATION NOTICE
81 -- ISU Container
- Notice Date
- 5/16/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332439
— Other Metal Container 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
- F1MTR21089A001
- Archive Date
- 6/10/2011
- Point of Contact
- Scott D. Rogge, Phone: 8439635197
- E-Mail Address
-
scott.rogge.1@us.af.mil
(scott.rogge.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- COMBINED SYNOPSIS/ SOLICITATION FOR COMMERCIAL ITEMS (IAW FAR 12.603 (c)) (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 being requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1MTR21089A001 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51, effective 2 May 2011. (iv) This acquisition is being advertised on an unrestricted basis. The associated NAICS code is 332439 with a size standard of 500 employees. (v) Contractors shall submit a written quote for the following: Qty - 1, CLIN 0001, ISU-90EO Container 1 Door Weapons Room W-648 Kit, manufacturer Part No. 56121648. Mfr: AAR Mobility Systems or equal. Salient characteristics shall be substantially the same as: aircraft certified (C-17, C-5, C-130), sling load certified, forkliftable, factory installed dehumidifier, capable of storing a minimum of (3)M-240s, (5)M-249s, (137)M-4s, (17)M-203s and (38)M-9s, desert sand color. (vi) F1MTR21089A001, provide 1 ISU-90 for weapons storage to Joint Base Charleston Air Base, South Carolina. (vii) FOB Destination - Joint Base Charleston, SC. Offerors are to submit delivery time with their quote. (viii) 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 (ix) FAR 52.212-2, Evaluation - Commercial Items Evaluation. 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, 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 the total price of the offer for the award purposes. Technical factors are significantly more important than price. (x) 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 https://orca.bpn.gov. (xi) The clause at 52.212-4, Contract Terms and Condition -- Commercial Items, applies to this acquisition. (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Deviation) are incorporated by reference and the following additional clauses apply to this acquisition: 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. (xiii) The following additional clauses are applicable to this procurement. • FAR 52.211-17, Delivery of Excess Quantities • FAR 52.222-50, Combating Trafficking in Persons. • FAR 52.225-13, Restrictions on Certain Foreign Purchases (>$2,500) • FAR 52.253-1 -Computer Generated Forms • 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 • 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. Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0267, fax (618) 256-6668, e-mail: Michael.jackson@us.af.mil. (xiv) Defense Priorities and Allocation System not applicable to this acquisition. (xv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 26 May 2011 no later than 2:00 PM Eastern Standard Time. Requests should be marked with solicitation number F1MTR21089A001. (xvi) Address questions to Scott D. Rogge, Contract Specialist, at (843) 963-5197, fax (843) 963-5183, email scott.rogge.1@us.af.mil or Jacqueline Brown, Contracting Officer, Phone (843) 963-5158, email jacqueline.brown.1@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/F1MTR21089A001/listing.html)
- Place of Performance
- Address: Charleston, South Carolina, 29404, United States
- Zip Code: 29404
- Record
- SN02448633-W 20110518/110516234430-864c0250faf46dc7d8a16a8e00723000 (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 |