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
MODIFICATION

38 -- FOD BOSS Equipment Packages

Notice Date
9/4/2012
 
Notice Type
Modification/Amendment
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 4 CONS, 1600 Wright Brothers Ave, Bldg 3010, Seymour Johnson AFB, North Carolina, 27531, United States
 
ZIP Code
27531
 
Solicitation Number
FA4809-12-Q-0038
 
Point of Contact
Charlton C. Mason, Phone: 9197221553, John L. MCCOMAS, Phone: 919-722-1766
 
E-Mail Address
charlton.mason@seymourjohnson.af.mil, john.mccomas@seymourjohnson.af.mil
(charlton.mason@seymourjohnson.af.mil, john.mccomas@seymourjohnson.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6 and FAR FAC 2005-60. This announcement constitutes the only solicitation, and is issued as a Request for Quotation. A WRITTEN SOLICITATION WILL NOT BE ISSUED. This is a 100% Small Business set-aside. This is a Brand Name firm-fixed price procurement and will be procured using commercial procedures. Solicitation Number is FA4809-12-Q-0038. The NAICS code 333120 applies to this solicitation. The size standard is 750 Employees. The item description is as follows: CLIN 0001: FOD BOSS (mfr: Aerosweep Pty. Ltd) Equipment package; p/n: FB-0 Each package must consist of the following: One (1) FOD BOSS Replacement Mats One (1) mesh screen One (1) carrying case Unit: Each Qty: 4 Unit Price: Total Price: 30 days ADC Contractor is responsible for transportation of equipment and supplies to Seymour Johnson AFB, NC 27534. The following clauses and provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items; The RFQ should be submitted and shall contain the following information: 1) RFQ number, 2) time specified for receipt of offers, 3) name, address, and telephone number of offeror, 4) terms of any express warranty, 5) price and any discount terms, 6) a completed copy of the representations and certifications at FAR 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Items (see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically); Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration, (IAW FAR 4.1201 prospective contractors must be registered in the Online Representative & Certification Application (ORCA) at http://orca.bpn.gov ) 7) Period for acceptance of offers - The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation, 8) Late offers - Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered, FAR 52.212-2 Evaluation-Commercial Items, award evaluation will be in accordance with FAR 13.106-2 and will be based price, and delivery. FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.212-5(a) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Mar 2012)(Deviation), FAR 52.204-99 System for Award Management Registration, FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.219-28 Post-Award Small Business Program Rerepresentation. FAR 52.222-18 Certification Regarding Knowledge of Child Labor for Listed End Products, 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 52.222-36 Affirmative Action for Workers With Disabilities, FAR 52.222-50 Combating Trafficking in Persons, FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving, FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.225-18 Place of Manufacture, FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran - Representation and Certification, FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration, FAR 52.233-3 Protest After Award, FAR 52.232-99 Providing Accelerated Payment to Small Business Subcontractors (DEVIATION), FAR 52.233-4 Applicable Law for Breach of Contract Claim, FAR 52.247-34 F.O.B. - Destination, FAR 52.252-1 Solicitation Provisions Incorporated by Reference (located at http://farsite.hill.af.mil), FAR 52.252-2 Clauses Incorporated by Reference (located at http://farsite.hill.af.mil), FAR 52.252-6 Authorized Deviations in Clauses. The following are also applicable to this solicitation: DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, DFAR 252.203-7000 Requirements Relating to Compensation of Former DOD Officials, DFARS 252.203-7005 Representation Relating to Compensation of Former DOD officials, DFARS 252.204-7008 Export Controlled Items, DFARS 252.209-7999 Representation by Corporations Regarding an unpaid Delinquent Tax Liability or a Felony conviction under any federal law (Deviation 2012-O0004), DFARS 252.211-7003 Item Identification and Valuation, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Status or Executive Orders Applicable to Defense Acquisitions of Commercial Items, paragraphs (b)(1), (b)(29)(iv), DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, DFARS 252.232-7010 Levies on Contract Payments, DFARS 252.246-7000 Material Inspection and Receiving Report, AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS); (none). AFFARS 5352.201-9101 Ombudsman (Kristian Ellingsen. 129 Andrews St, Langley AFB, VA 23665. (757)764-5373. Kristian.Ellingsen@langley.af.mil). Primary Point of Contact is SSgt Charlton Mason at (919) 722-1553 and Alternate is MSgt John McComas at (919) 722-1766. All quotes shall be received NLT Thursday, 7 September, 2012 at 4:00 P.M. EST. Quotes can be sent by email (preferred) at charlton.mason@seymourjohnson.af.mil; mailing address for quotes is 1600 Wright Brothers Ave, Seymour Johnson AFB, NC 27531; Facsimile quotes will also be accepted at (919) 722-5424. ALL OFFERORS MUST BE REGISTERED IN SYSTEM FOR AWARD MANAGEMENT SYSTEM (SAM) DATABASE PRIOR TO INVOICING. ALL OFFERORS MUST HAVE A CAGE CODE TO RECEIVE ANY AWARD. Information concerning SAM requirements can be accessed at https://www.sam.gov or by calling the Federal Service Desk (FSD) at 1-866-606-8220. All responsible sources may submit a quotation, which, if timely received, shall be considered by this agency. This solicitation will be posted on the Federal Business Opportunities website only.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/4CONS/FA4809-12-Q-0038/listing.html)
 
Place of Performance
Address: 1305 HANGER ROW, BLDG 4534, Seymour Johnson AFB, North Carolina, 27531, United States
Zip Code: 27531
 
Record
SN02867329-W 20120906/120905001310-52300fe1ee5335447e667dbbd9a25897 (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.