SOLICITATION NOTICE
25 -- BUS HEATERS - WEBASTO AND ESPAR - BRAND NAME LETTER
- Notice Date
- 8/27/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336399
— All Other Motor Vehicle Parts 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
- F1W3ME2166AC01
- Archive Date
- 9/25/2012
- Point of Contact
- Crystal L Champion, Phone: 907-552-7174
- E-Mail Address
-
crystal.champion@elmendorf.af.mil
(crystal.champion@elmendorf.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Bradn Name Letter approved for Webasto and Espar Heaters Combined Synopsis/Solicitation (i) This is a combined solicitation for a commercial product; prepared in accordance with the format in FAR subpart 12.6 for evaluation and solicitation for commercial items- 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) Solicitation Number F1W3LF2219A003 is issued as a request for quotation (RFQ). (iii) The solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60. The DFARS provisions and clauses are those in effect to DCN 20120724 effective 24 July 2012. (iv) The applicable NAICS code is 336399, All Other Motor Vehicle Parts Manufacturing, with a size limitation standard of 500 employees. This requirement is 100% Total Small Business Set Aside. (v) Bus Heaters and Glow Plugs. The following Brand Name Items are required: o CLIN 0001: Airtronic Dry Air Heaters (i) Manufacturer: Espar (ii) Part Number: L-D5-12V (iii) Qty: 4 Each o CLIN 0002: Airtronic Glow Plugs (i) Manufacturer: Espar (ii) Part Number: 251831010100 (iii) Qty: 24 Each o CLIN 0003: DBW 2010 24 Volt Engine Heater (i) Manufacturer: Webasco (ii) Part Number: 923317B (iii) Qty: 4 Each (vi) Detailed Description: This requirement is for the following Passenger Buses: o Blue Bird/44 Passenger Bus/2011 o Blue Bird/52 Passenger Bus/2006 o Blue Bird/44 Passenger Bus/2007 o Thomas/49 Passenger Bus/2002 (vii) All items will be delivered FOB Destination, to the following: F1W3LF - 773 LRS 7250 12TH STREET JBER, AK 99506 TEL: 907-552-7037 (viii) The following applies to this acquisition: FAR 52.212-1 Instructions to Offerors - Commercial Items (Feb 2012). Addenda to provision 52.212-1: Paragraph (b)(10) does not apply. Paragraph (c), offeror agrees to hold prices valid for a period of sixty (60) days. (ix) The following applies to this acquisition: 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 Acceptability 2. Price This will be a lowest price technically acceptable purchase. Technical acceptability will be determined based on characteristics stated in item (vi) of this solicitation. a. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. b. Award will be made to the offeror whose offer is conforming to the solicitation and is determined to be the most advantageous to the Government. Technical factors will be considered only when an item other than Stauffer brand item on list (B) of the kit is identified after price is considered. Offers with items other than Deutz brand items on list (A) of the kit will not be considered. The Government intends to evaluate offers and award without discussion. Offeror shall submit all information with offer as required in FAR 52.212-1. Offerors may obtain copies of the reference provisions and clauses at: http://farsite.hill.af.mil/vffara.htm. c. All responsible Contractors shall provide a quote in accordance to the specifications stated in this document. Transportation shall be FOB Destination and be included in the quote. Contractor shall submit their quote on company letterhead, Name, Address, Telephone Number of the Offeror, Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA/VA/Government Contract No. (if applicable), Date offer expires, Terms of any Express Warranty, Unit Price, and overall Total Price. (x) The following applies to this acquisition: FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (April 2012). (xi) The following applies to this acquisition: FAR 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2012) (xii) The following applies to this acquisition: FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Orders - Commercial Items (Jul 2012). In addition, the following clauses apply: FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (May 2012) FAR 52.212-1 Instructions to Offerors- Commercial Items (Feb 2012) FAR 52.212-2 Evaluation- Commercial Items (Jan 1999) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (Apr 2012) FAR 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2012) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items including subparagraphs (Jul 2012) FAR 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) FAR 52.219-28 Post-Award Small Business Program Representation (Apr 2012) FAR 52.222-3 Convict Labor (Jun 2003) FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Mar 2012) FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26 Equal Opportunity (Mar 2007) FAR 52.222-36 Affirmative Action for Workers With Disabilities (Oct 2010) FAR 52.222-50 Combating Trafficking in Persons (Feb 2009) FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Aug 2011) FAR 52.225-1 Buy American Act - Supplies (Feb 2009) FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.232-99 (Dev) Providing Accelerated Payment to Small Business Subcontractors (Aug 2012) FAR 52.233-3 Protest after Award (Aug 1996) FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) FAR 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under any Federal Law (Jan 2012) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2012) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) DFARS 252.232-7010 Levies on Contract Payments (Dec 2006) DFARS 252.247-7023 Transportation of Supplies by Sea (May 2002) DFARS 252.247-7023 Alt III Transportation of Supplies by Sea (May 2002) The following local clause applies: G-201 SUBMIT INVOICES ELECTRONICALLY Wide Area Work Flow Clause This contract contains DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. This clause requires invoices for supplies and services purchased by the DoD be submitted via electronic means. The Wide Area Workflow (WAWF) system satisfies this mandatory requirement. WAWF can be accessed on the internet at https://wawf.eb.mil/. Before using WAWF, ensure your company's Electronic Business POCs listed in your Central Contractor Registration (CCR) are the same individuals that will invoice through WAWF. If they aren't, changes can be made to your company's CCR profile at www.ccr.gov. Click on "Update" or "Renew" using "TPIN". CCR customer support can be reached at 1-888-227-2423. If your company's electronic business POCs are correct, contact the WAWF helpdesk at 1-866-618-5988 or by e-mail at cscassig@csd.disa.mil and ask to establish a group for your company's CAGE code. The group administrator will also have to call the WAWF helpdesk to request account activation. Once the group is established and the account is activated, your company will be able to create a combination invoice/receiving report using the codes below and instructions available from our contract administrator/buyer. Questions concerning payment should be directed to the Defense Finance Accounting Services (DFAS) Limestone at (800)-756-4571. Please have the order number and invoice number ready when calling about payment status. The accounts payable mailing address can be located in Block 18a of the order. Payment information can be easily accessed using the DFAS web site at http://www.dfas.mil. The purchase order/contract number or invoice will be required to inquire status of payment. Go to DFAS on the web at: www/dfas.mil/money/vendor.. The contractor shall create the following: "Receiving report combo" for supplies or combination of supplies & services THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR INVOICES THROUGH WAWF ISSUE BY DODAAC: FA5000 ADMIN DODAAC: FA5000 INSPECT BY DODAAC: F1W3LF SERVICE ACCECPTOR: F1W3LF "SHIP TO" DODAAC: F1W3LF PAY OFFICE DODAAC: F67100 Please send additional emails to all listed: EMAIL POINT OF CONTACT LISTING: 673CONS.WAWF@ELMENDORF.AF.MIL SERVICE ACCEPTOR/INSPECTOR: ELIZABETH.MOORE.2@US.AF.MIL CONTRACT ADMINISTRATOR: CRYSTAL.CHAMPION.2@US.AF.MIL (xiii) N/A (xiv) N/A (xv) Interested companies that meet the requirements stated above should submit a quote. Quotations for this notice shall be received by 30 August 2012 at 1:00PM Alaska Standard Time (5:00 p.m. EST). All responsible sources may submit a written proposal, which shall be considered. (xvi) All proposals must be faxed, mailed or emailed to: POC; 2d Lt Crystal Champion, 10480 22nd Street, Suite 240, Joint Base Elmendorf-Richardson, AK 99506, Fax (907) 552-7497, crystal.champion.2@us.af.mil. Email any questions no later than 48 hours prior to solicitation due date.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/F1W3ME2166AC01/listing.html)
- Record
- SN02857043-W 20120829/120828000547-333668c4332be874cb5c8e912a515a27 (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 |