Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2012 FBO #3913
MODIFICATION

34 -- Metal Shear

Notice Date
8/9/2012
 
Notice Type
Modification/Amendment
 
NAICS
333513 — Machine Tool (Metal Forming Types) Manufacturing
 
Contracting Office
ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J-12-R-3039
 
Response Due
8/22/2012
 
Archive Date
10/21/2012
 
Point of Contact
Lorraine Geren, 309 782-6757
 
E-Mail Address
ACC - Rock Island (ACC-RI)
(lorraine.geren.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT The purpose of this amendment is to: a. Provide Questions and Answers dated 9 August 2012 b. Provide Revised Attachment 0002, SOW dated August 9, 2012 c. Revise the original Combined Synopsis/Solicitation to reflect Revised Attachment 0002, SOW dated August 9, 2012 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 Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Items; the Solicitation number is W52P1J-12-R-3039. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. This procurement is a 100% small business (SB) set-aside IAW FAR Subpart 19.5, Set-Asides for Small Business. The NAICS code is 333513; the size standard is 500 employees. DESCRIPTION OF REQUIREMENT This solicitation is issued for a quantity of one (1) each Metal Shear, Cincinnati 500HS10 or Equal, to include Installation and Training, in accordance with the Salient Characteristics Listing dated June 14, 2012 at Attachment 0001 and the Statement of Work dated August 9, 2012 at Attachment 0002. CLIN structure is listed at Attachment 0003. Only NEW and unused equipment will be considered for award. DELIVERY/PLACE OF PERFORMANCE Delivery for the Metal Shear, and Place of Performance for Installation and Training is FOB Destination to Crane Army Ammunition Activity, Building 3331, 300 Highway 361, Crane Indiana 47522-5001. Delivery dates are as specified in the Statement of Work at Attachment 0002. QUOTE SUBMISSION REQUIREMENTS Quotes shall be submitted on Attachment 0003, Quote Worksheet. A separate price shall be quoted for subCLINs 0001AA (Metal Shear), 0001AB (Installation), and 0001AC (Training). Total Evaluated Price is calculated as the sum of SubCLIN 0001AA plus 0001AB plus 0001AC. Additionally, offerors must submit the following with their Quotes: (1) Offerors must complete and submit the Attachment titled "Salient Characteristics" (at Attachment 0001). Offerors shall enter "yes" or "no" within column 2 for each listed characteristic, to indicate whether their offered item meets the specification. Offerors shall also enter specific measurements/information within column 3 where indicated (for Characteristics #1, #2, #3, #4, #5, #6, #7, #9, #10, #11, and #19). (2) Offerors must provide product literature/specifications with their quote, detailing the characteristics of their offered item, sufficient to demonstrate compliance with the Salient Characteristics. (3) Offerors must also provide warranty literature with their quote. Failure to provide the completed Salient Characteristics worksheet and/or the product literature/specifications and /or warranty information with the quote may render the offeror's quote noncompliant with the solicitation's requirements. Note: Inconsistencies between the completed Salient Characteristics listing and product literature/specifications may result in the quote being determined noncompliant with the solicitation. Additionally, inconsistencies on the Salient Characteristics worksheet itself between the information entered in columns 2 & 3 may result in the quote being deemed noncompliant. Offerors must also fill-in and return the following clauses with their quote: Attachment 0004, Addendum Item #9, Certification Regarding Responsibility Matters (FAR 52.209-5) Attachment 0004, Addendum Item #12, Place of Performance (FAR 52.215-6) Attachment 0004, Addendum Item #13, Place of Manufacture (FAR 52.247-6) Attachment 0004, Addendum Item #21, Representation by Corporations Regarding Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (DFARS 252.209-7999) EVALUATION FOR AWARD In accordance with FAR 52.212-1(g), the Government intends to award a contract against this solicitation without discussions. In accordance with FAR 12.602, Streamlined evaluation procedures will be utilized for this procurement. Award will be made to the offeror who provides the lowest Total Evaluated Price, who is deemed responsible, and who is compliant with all the requirements of this solicitation, to include submission requirements listed under "Quote Submission Requirements" above, as well as listed in Attachment 0004, Addendum, Item #1, Evaluation for Award. Award will be made on a Firm Fixed Price basis. CLAUSES The following Federal Acquisition Regulation (FAR) commercial clauses apply to this solicitation and are incorporated by reference (clauses may be obtained via the internet at http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hg.af.mil/contracting ): FAR 52.212-1, Instructions to Offerors-Commercial Items, FAR 52.212-3, Alt I, Offeror Representations and Certifications-Commercial Items Alternate I, FAR 52.212-4, Contract Terms and Conditions-Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; within FAR 52.212-5, the following clauses apply: FAR 52.222-50, Combating Trafficking in Persons; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 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 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-8, Utilization of Small Business Concerns; 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 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; and paragraphs (d) and (e) of FAR 52.212-5. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Orders. Within DFARS 252.212-7001, the following clauses apply: FAR 52.203-3, Gratuities; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.225-7012, Preference for Certain Domestic Commodities; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.243-7002, Requests for Equitable Adjustment; DFARS 252.247-7023, Transportation of Supplies by Sea; and paragraph (c) of DFARS 252.212-7001. Attachment 0004, Addendum, contains additional FAR, DFARS and local clauses that apply to this solicitation. DEADLINE FOR QUOTE SUBMISSION Offers are due on Wednesday, 22 August 2012, not later than 3:30 p.m. CDT. Offers shall be submitted electronically via email to the Contracting Officer sarah.e.hererra.civ@mail.mil and the Contract Specialist lorraine.geren.civ@mail.mil QUESTIONS Questions shall be submitted in the same manner as Offers; electronically via email to the Contracting Officer and Contract Specialist. Phone calls will not be accepted. **Note: Interested offerors must submit any questions concerning this solicitation at the earliest time possible, to enable the Buyer to respond. Questions not received within a reasonable time prior to close of the solicitation may not be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b5af92a0d7fd07a579282098540dfcab)
 
Place of Performance
Address: ACC - Rock Island (ACC-RI) ATTN: CCRC-IS, Rock Island IL
Zip Code: 61299-6500
 
Record
SN02832699-W 20120811/120810000445-b5af92a0d7fd07a579282098540dfcab (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.