Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2011 FBO #3556
MODIFICATION

39 -- Modular Cabinet Storage System (PYK010) - Mod 0001

Notice Date
8/18/2011
 
Notice Type
Modification/Amendment
 
NAICS
333922 — Conveyor and Conveying Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
FA8620-11-R-7920
 
Archive Date
10/3/2011
 
Point of Contact
Enshane Hill-Nomoto, Phone: 9376567381
 
E-Mail Address
enshane.hill-nomoto@wpafb.af.mil
(enshane.hill-nomoto@wpafb.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Contractor Information, Q&A, etc. The solicitaiton number FA8620-11-R-7920 is incorrect. The correct number is as follows: FA8604-11-R-7920. All correspondence should be in reference to FA8604-11-R-7920. Response date/time of 1 Sept. 2011 at 3:00pm local time remains the same. 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. Solicitation Number FA8604-11-R-7920 is issued as a Request for Proposal (RFP). This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-53. This acquisition is 100% set aside for small business. The NAICS Code is 333922. Small business size standard is 500 employees. All offerors are notified that because this solicitation is a small business set-aside, it is subject to Federal Acquisition Regulation (FAR) 19.102(f) (the "non-manufacturer rule"). This solicitation is also subject to FAR Clause 52.219-14, "Limitations on Subcontracting." FAR 19.102(f) states that a small business prime contractor who is not manufacturing the supplies to be purchased by this solicitation must furnish items of a small business manufacturer who produces the items in the United States or its outlying territories. FAR Clause 52.219-14 states that any small business prime contractor who is a manufacturer of the supplies must "perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials." This RFP has five line items. The performance, design, fabrication, installation, orientation and test requirements are for a Mechanized Materials Handling System. The system includes a rider reach truck system, a pallet rack, a flow rack, cabinets and a lighting system. All solicitation specifications/drawings will be posted at the following location: http://www.fedbizopps.gov/. Drawings are in AutoCad version 2008. You must have this software and version or a compatible viewer to read these drawings. Delivery is required within 210 days from date of award. FOB point is Destination (Yokota Air Base, Japan). FAR Solicitation Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. Evaluation will be based on Lowest Price Technically Acceptable (LPTA). All offerors are to include a completed copy of FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with their proposal. Clause 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition. The following DFARS Clause applies to this acquisition: DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. DFARS Provision 252.212-7000 also applies to this solicitation - offerors should include a completed copy of this provision with their proposals. Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. No interim, progress or milestone payments are authorized for this procurement. The contractor must be registered in CCR prior to award. The government will make an award from this request for proposal to the technically acceptable, responsible offeror whose proposal offers the lowest price to the Government. The Government reserves the right to not make an award at all. All proposals are due by 3:00 PM EDT 31 August 2011. The POC for this acquisition is: Enshane' Hill-Nomoto 2275 D St, AREA B BLDG 16, RM 128, WPAFB, OH, 45433-7228. (937)656-7381 Enshane.hill-nomoto@wpafb.af.mil Alternate POC for this acquisition is Lynn Jefferies (937)656-7481, lynn.jefferies@wpafb.af.mil. Please note that e-mail and fax proposals are not permitted. Be advised that offerors planning to submit their proposals on base and in person must notify the POC 72 hours before they plan on arriving so that a Visitor Request Form can be submitted. Offerors who have a military ID will not require a Visitor Request Form to gain entry to the base. No telephone, written, e-mail or fax requests for documents will be accepted; all interested offerors must download their own documents from the internet. No exceptions. All interested offerors are requested to register for this solicitation. Mr. Stephen J. Miller. has been appointed as Ombudsman to hear concerns from offerors, or potential offerors, during the proposal development. The purpose of the Ombudsman is to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. Existence of an ombudsman does not diminish the authority of the program director or the contracting officer. Accordingly, the ombudsman does not participate in the preparation of solicitations, the evaluation of proposals or the source selection process and therefore, for routine matters on individual solicitations, please contact the POC listed for this solicitation. When requested the ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman, Mr. Miller, may be contacted at (937)255-5315 or (937)656-7193 (FAX). His address is: Stephen J. Miller. ASC/AE 1755 11th St, BLDG 570, Rm 113 WPAFB, OH, 45433-7404 Stephen.miller@wpafb.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8620-11-R-7920/listing.html)
 
Place of Performance
Address: 374/LRS/SGRM, Unit 5120, Yokota AB, JAPAN APO AP 96328, MacGuire Avenue, Bldg 950, Fussa-shi, Tokyo-to 197-0001, Fussa-shi (Fussa City), Non-U.S., 96328, Japan
 
Record
SN02539830-W 20110820/110818235455-9bab9eea274a7071f27dde5961969d05 (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.