Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2012 FBO #3939
SOLICITATION NOTICE

99 -- Load Testing; De-Icers, High Lifts/Man Lifts, and Crane - Statements of Work

Notice Date
9/4/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of the Air Force, Air Mobility Command, 87th CONS, 2402 Vandenburg, McGuire AFB, New Jersey, 08641, United States
 
ZIP Code
08641
 
Solicitation Number
F3A1S12216A001
 
Archive Date
10/6/2012
 
Point of Contact
Frank J. Trofa, Phone: (609) 754-3989, Stephanie Faulkner, Phone: 609-754-0947
 
E-Mail Address
frank.trofa@us.af.mil, Stephanie.Faulkner@us.af.mil
(frank.trofa@us.af.mil, Stephanie.Faulkner@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
605 AMXS Load Testing SOW 305 AMXS Load Testing SOW This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) 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. Offerors are responsible for monitoring this site for the release of any amendments or other pertinent information. This solicitation will be issued as a request for quotation (RFQ) in accordance with Federal Acquisition Regulation parts 12 and 13 under the solicitation number: F3A1S62125A003. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-55(correction) effective 25 Jan 2012; Defense DPN 20120130 effective 30 Jan 2012, and AFAC 2012-0104 effective 04 Jan 2012. This solicitation is a 100% set aside for Small Businesses IAW FAR 52.219-6. The North American Industry Classification System (NAICS) code is 541380 and the related small business size standard is $14,000,000.00. The Federal Supply Class (FSC) is 4920 and the Standard Industrial Classification (SIC) is 4920. This RFQ contains the following line items based on the attached Statements of Work (SOWs): - Line Item 0001, Load Testing for 305 AMXS - Line Item 0002, Load Testing for 605 AMXS The items are to be firm fixed priced to include delivery FOB destination. The place of delivery, final acceptance and FOB destination point is at Joint Base McGuire-Dix-Lakehurst, NJ, 08641. Detailed delivery address and POC(s) will be furnished to awardee. Acceptance will be performed by the Government or a Government representative at the designated government location. All qualifying bids will be accepted. Award shall be made in the aggregate, all or none. When submitting proposal, in addition the total price, please also include the individual line item amounts ie - Total Price: $__________ ; Line Item 0001 $______ and Line Item 0002 $_________. All referenced Federal Acquisition Regulation (FAR) clauses and provisions in this solicitation may be accessed via the internet at https://farsite.hill.af.mil. The following provisions and/or clauses apply to this acquisition and Offerors must comply with all instructions contained in: FAR 52.212-1 Instructions to Offerors -- Commercial Items; FAR 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: (i) technical capability of the service offered to meet the Government requirement IAW specifications; (ii) price; FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and Condition Required to Implement Statues or Executive rders-Commercial Items (Deviation); FAR 52.233-4 Applicable Law for Breach of Contracts; FAR 52.222-3 Convict Labor; FAR 52.233-3 Protest after award; FAR 52.219-28 Post-Award Small Business Program Representation; FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.252-2 Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil; FAR 52.252-6 Authorized Deviation in Clauses, with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2; FAR 52.204-10 Reporting Executive Compensation & First Tier Subcontract Awards; DFARS 252.204-7003 Control of Government Personnel Work Products; DFARS 252.204-7010 Levies on Contract Payments;DFARS 252.204-7006 Billing Instructions; DFARS 252.212-7001 Contract Terms and Conditions (Deviation); DFARS 252-232-7003 Electronic Submission of Payment Requests; DFARS 252.247-7023 Transportation of Supplies by Sea, Alternate III; AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substance; AFFARS 5352.201-9101 Ombudsman. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. In accordance with FAR 13.004 -- Legal Effect of Quotations the following information is provided in regards to quotations: A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier's quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. When appropriate, the contracting officer may ask the supplier to indicate acceptance of an order by notification to the Government, preferably in writing. In other circumstances, the supplier may indicate acceptance by furnishing the supplies or services ordered or by proceeding with the work to the point where substantial performance has occurred. All quotes are due on or before 0800 hrs (8:00 AM), Eastern Standard Time (EST), Friday, 21 September 2012. Submission of quotes will ONLY be accepted Electronically via email to frank.trofa@us.af.mil. Verbal requests will not be accepted. The Government intends to award one contract as a result of this solicitation; however, the Government reserves the right to award no contract at all, depending on the quality of offers submitted. Quotes must reference the solicitation number. Offerors must provide written acknowledgement of any and all amendments to this solicitation with your offer. Otherwise, offer may not be considered for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/305CONS/F3A1S12216A001/listing.html)
 
Place of Performance
Address: (2) locations, as listed on Statements of Work., Joint Base McGuire-Dix-Lakehurst, New Jersey, 08641, United States
Zip Code: 08641
 
Record
SN02866439-W 20120906/120905000225-c63e7074670fd148e99d341010e24189 (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.