SOLICITATION NOTICE
69 -- Munitions Replicas - Statement of Work
- Notice Date
- 9/7/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332999
— All Other Miscellaneous Fabricated Metal Product Manufacturing
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB, Florida, 32403-5526
- ZIP Code
- 32403-5526
- Solicitation Number
- F4AT112243A001
- Archive Date
- 9/29/2012
- Point of Contact
- Hannah M. Potter, Phone: (850) 283-9147, Melissa J. Blair, Phone: 8502830061
- E-Mail Address
-
hannah.potter@tyndall.af.mil, melissa.blair@tyndall.af.mil
(hannah.potter@tyndall.af.mil, melissa.blair@tyndall.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Work (SOW) This is a combined synopsis/solicitation for services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals/quotes are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60. The solicitation reference number is F4AT112243A001 and this solicitation is being issued as a request for quote (RFQ). This acquisition will be a 100% small business set-aside under North American Industry Classification System (NAICS) code 332999. The small business size standard is 500 employees. CLIN 0001: AIM-120C AMRAAM Missile Replicas, qty 4 each AIM-9M Sidewinder Missile Replicas, qty 4 each AIM-7 Sparrow Missile replicas, qty 2 each As specified in the Statement of Work (SOW). Please see attachment for further description. The Government anticipates award on a best value basis. The Government intends to award a firm fixed-priced purchase order in accordance with FAR 13.1 to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government. Award will be made based on the Lowest Price Technically Acceptable. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. The following FAR/DFARS/AFFARS provisions/clauses apply to this acquisition: FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6 - Protecting the Gov'ts Interests when Sub with Contractors Debarred, Suspended FAR 52.212-1 - Instructions to Offerors-Commercial Items FAR 52.212-3 Alt I - Offeror Representations and Certifications - Commercial Items FAR 52.212-4 - Contract Terms &Conditions-Commercial Items FAR 52.212-5 Deviation - Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items FAR 52.219-1 Alt 1 - Small Business Program Representations FAR 52.219-6 - Notice of Total Small Business Set-Aside 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 52.222-22 - Previous Contracts and Compliance Reports FAR 52.222-26 - Equal Opportunity FAR 52.222-36 - Affirmative Action for Workers With Disabilities FAR 52.222-50 - Combat Trafficking Persons FAR 52.223-18 - Contractor Policy to Ban Text Messaging While Driving FAR 52.232-99 Deviation - Providing Accelerated Payment to Small Business Subcontractors FAR 52.233-3 - Protest After Award 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 FAR 52.252-2 - Clauses Incorporated by Reference (http://farsite.hill.af.mil) FAR 52.252-5 - Authorized Deviations in Provisions ("Defense Federal Acquisition Regulation Supplement" and "Chapter 2") FAR 52.252-6 - Authorized Deviations in Clauses ("Defense Federal Acquisition Regulation Supplement" and "Chapter 2") DFAR 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7000 -Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7008 - Export-Controlled Items DFARS 252.211-7003 - Item Identification and Valuation DFARS 252.212-7000 - Offeror Representations and Certifications - Commercial Items DFARS 252.212-7001 Deviation - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7000 - Buy American Act-Balance of Payment Program Certificate DFARS 252.225-7001 - Buy American Act-Balance of Payment Program DFARS 252.225-7002 - Qualifying Country Sources as Subcontractors DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7006 - Wide Area Workflore Payment Instructions DFARS 252.232-7010 - Levies on Contract Payments DFARS 252.243-7001 - Pricing of Contract Modifications DFARS 252.247-7023 Alt III - Transportation of Supplies by Sea AFFARS 5352.201-9101 - Ombudsman NOTE: ALL OFFERORS MUST BE REGISTERED IN THE SYSTEM FOR AWARD MANAGEMENT (SAM) BEFORE BEING CONSIDERED FOR AWARD. Information concerning SAM requirements may be viewed via the internet at https://www.sam.gov or by calling the SAM Registration Center at 1-866-606-8220. Interested parties must include, with their quote, their CAGE code, tax identification number (TIN), and delivery date. Shipping terms will be F.O.B. Destination, Tyndall AFB, FL with inspection and acceptance at destination.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/TynAFBCS/F4AT112243A001/listing.html)
- Place of Performance
- Address: Tyndall AFB, Panama City, Florida, 32403, United States
- Zip Code: 32403
- Zip Code: 32403
- Record
- SN02872303-W 20120909/120908000208-415996f595de06d1dad87343ac668a8b (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 |