Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 18, 2011 FBO #3646
SOLICITATION NOTICE

J -- Reconditioning of a Munitions Assembly Conveyor(MAC)

Notice Date
11/16/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333922 — Conveyor and Conveying Equipment Manufacturing
 
Contracting Office
115 FW/MSC, Wisconsin Air National Guard, 3110 Mitchell Street, Building 500, Madison, WI 53704-2591
 
ZIP Code
53704-2591
 
Solicitation Number
W912J2-12-Q-1002
 
Response Due
11/30/2011
 
Archive Date
1/29/2012
 
Point of Contact
Ryan Johnson, 6082454524
 
E-Mail Address
115 FW/MSC
(ryan.johnson.32@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. The Request for Quotation number for this requirement is W912J2-12-Q-1002. The 115th Fighter Wing, Truax Field, Madison WI has a requirement for the reconditioning of a Munitions Assembly Conveyor (MAC) to include all associated components. The Munitions Assembly Conveyor (MAC) system is used to assemble various bomb bodies into a fully assembled munition complete with fuze, guidance section, and fins ready for operational use. The MAC reconditioning process will encompass the requirements set forth in the attached Statement of Work. This requirement is a 100% SMALL BUSINESS set-aside acquisition. The NAICS code is 333922 and the size standard is 500 employees. Contract line item numbers and quantities: 0001: Quantity, 1 Ea. Recondition Various Munitions Assembly Conveyor (MAC) Components and Restore To "Like New" Condition. Basis of Award: The Government anticipates awarding a firm-fixed price contract resulting from this solicitation to the offeror who provides the best value to the Government on the basis of technical acceptability, demonstrated record of past performance in successfully refurbishing the designated items of equipment (or similar equipment), and the prospective contractor's proposed price. It should be noted that the Government considers the prospective contractor's ability to provide a technically acceptable proposal and offering demonstrated past success in refurbishing the same or similar equipment as more important than providing a proposal at the lowest price. Prospective contractors, to show evidence of past performance success, shall include with their proposals the U.S. Government Contract Numbers, description of work performed and Contracting Officer points-of-contact of past contracts for the refurbishment of the same or similar equipment. The following provisions are applicable to this requirement: FAR 52.212-1, Instruction to Offerors-Commercial Items (Jun 2008) applies to this acquisition. The following addenda are provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, CAGE number, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. FAR 52.212-3 Alt I Offeror Representations and Certifications-Commercial Items (May 2011). Contractors are required to include a complete copy of the provision with their proposal unless offeror has a current ORCA registration online at https://orca.bpn.gov/login.aspx. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Jun 2010). The following addenda are provided to this provision: Paragraph (g) (1): Change requirement for three copies of invoices to 1 copy of invoices. Add after paragraph (g) (2) the following: Invoices are to be submitted electronically via Wide Area Work Flow. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (May 2011). The following FAR clauses cited within this clause are applicable to the acquisition: 52.219-6, Notice of Total Small Business Set-aside; 52.219-8, Utilization of Small Business Concerns; 52.219-28, Post Award Small Business Program Representation; 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; 52.222.50, 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), 52.233-3 Protest After Award, FAR 52.222-41, Service Contract Act of 1965; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.214-31, Facsimile Bids; FAR 52.237-2, Protection of 'Government Buildings, Equipment, and Vegetation; FAR 52.252-2 Clauses Incorporated by Reference and 52.252-6 Authorized Deviation in Clauses. Clauses and provisions may be viewed in full text through Internet access at FAR site http://farsite.hill.af.mil. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2011). The following clauses and provisions within this clause are applicable: 252.225-7001, Buy American Act and Balance of Payments Program, 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, 252.247-7023, Transportation of Supplies by Sea- Alt III. DFARS 252.204-7004 Required Central Contractor Registration; **SPECIAL REMARKS** ALL OFFERORS MUST BE REGISTERED IN THE DEPARTMENT OF DEFENSE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE PRIOR TO RECEIVING ANY AWARD, NO EXCEPTIONS. To register, you may call 1-888-227-2423 or apply via the Internet at http://www.ccr.gov. For information regarding this RFQ, contact MSgt Ryan Johnson via email at ryan.johnson.32@ang.af.mil. All quotes resulting from this RFQ must be received by email to ryan.johnson.32@ang.af.mil or FAX at (608) 245-4489 NLT 3:00 p.m. CST on 30 Nov 11.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA47-1/W912J2-12-Q-1002/listing.html)
 
Place of Performance
Address: 115 FW/MSC Wisconsin Air National Guard, 3110 Mitchell Street, Building 500 Madison WI
Zip Code: 53704-2591
 
Record
SN02624605-W 20111118/111116234624-c097e99c86a06ff589c657c44ca8bb13 (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.