SOLICITATION NOTICE
49 -- RoboCrib Lockers - Justification and Approval
- Notice Date
- 9/20/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333311
— Automatic Vending Machine 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
- F1W2E81213AG01
- Archive Date
- 10/7/2011
- Point of Contact
- Paul L Tucker,
- E-Mail Address
-
paul.tucker@elmendorf.af.mil
(paul.tucker@elmendorf.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Justification of limited sources (Brand Name only) This is a solicitation for a commercial product; prepared in accordance with the format in FAR subpart 12.6 and 13.5, streamlined procedures for evaluation and solicitation for commercial items- as supplemented with additional information included in this notice. Quotations are being requested and a written solicitation document will not be issued. Description: P/N 610-324 Locker power and controller power assembly 2 EA, P/N 710-952-I Internal controller - Super Robo 4 EA, P/N 730-104 RoboCrib Locker station interface - Super Robo 2 EA, P/N 710-953 Backbone set 6 EA, P/N 701-300 Locker 3 stack 12" w/windows (12" cube) 32 EA, P/N 701-612 Locker 6 stack 12x6x12 (Gage Shallow) 32 EA, P/N 701-624 Locker 6 stack 12x6x24 (Gage Deep) 4 EA, P/N 701-502 Locker 2 stack 18x18x18 (Insterment) 16 EA, P/N 701-324 Locker 3 stack 24x24x24 w/windows (24" Cube) 2 EA, P/N 710-236 Locker 2 stack 36x36x36 w/windows 26" Cube 6 EA, Set-up and install, Shipping FOB Destination Joint Base Elmendorf-Richardson. All responsible Contractors shall provide a quote in accordance to the specifications stated above. Transportation costs shall be included in the quote. Contractor shall submit their quote on company letterhead, delivery time, name, address, telephone number of the offeror, terms of any express warranty, unit price, and overall total price. Interested companies that meet the requirements stated above should submit a quote. Quotations for this notice shall be received by September 22, 2011 at 4:00PM Alaska Standard Time. Quotations shall be submitted to: A1C Paul Tucker at paul.tucker@elmendorf.af.mil. The following provisions and/or clauses apply to this acquisition: PM 11-C-03 Release of Request for proposals for contracts planned for the use of FY11 Operations & Maintenance (O&M) Funding. "Notice to Offerors: Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an Offeror for any costs." 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) 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: 1. Technical Ability and Qualifications 2. Price This will be a lowest price technically acceptable purchase. The solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53. The following provisions apply to this acquisition: FAR 52.203-3 Gratuities FAR 52.203-6 Restrictions on Subcontractor Sales to the Government FAR 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-10 Prohibition on Contracting with inverted domestic Corporations FAR 52.212-1 Instructions to Offerors- Commercial Items FAR 52.212-2 Evaluation- Commercial Items FAR 52.212-3 Offerors Representations and Certifications - Commercial Items FAR 52.212-3 Alt I Offerors Representations and Certifications - CI FAR 52.212-4 Contract Terms and Conditions Commercial Items FAR 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items including subparagraphs FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-14 Limitations on Subcontracting FAR 52.219-28 Post-Award Small Business Program Representation FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52-222-26 Equal Opportunity FAR 52.222-35 Equal Opportunity for Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-37 Employment Reports on Veterans FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act FAR 52.222-50 Combating Trafficking in Persons FAR 52.222-54 Employment Eligibility Verification FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.233-3 Protest after Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.252-2 Clauses Incorporated by Reference DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country DFARS 252.211-7003 Item Identification and Valuation DFARS 252.212-7000 Offeror Reps & Certs-Commercial DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7000 Buy American Act - Balance of Payments Program Certificate DFARS 252.225-7001 Buy American Act and Balance of Payments Program DFARS 252.225-7012 Pref for certain domestic commodities DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010 Levies on Contract Payments DFARS 252.243-7002 Requests for equitable adjustments DFARS 252.247-7023 Transportation of Supplies by Sea G-201 WAWF In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201(a). Potential contractors must also be registered in the Central Contractor Registry (CCR) at http://www.ccr.gov. All responsible sources may submit a written proposal, which shall be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/F1W2E81213AG01/listing.html)
- Place of Performance
- Address: Joint Base Elmendorf-Richardson, JBER, Alaska, 99506, United States
- Zip Code: 99506
- Zip Code: 99506
- Record
- SN02585110-W 20110922/110921000500-b1c9729070444a46964345a8652d0b48 (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 |