Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2012 FBO #3954
SOLICITATION NOTICE

72 -- Dryer Coils - Attachment

Notice Date
9/19/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333312 — Commercial Laundry, Drycleaning, and Pressing Machine Manufacturing
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 65 CONS - Lajes Field, Azores, 65 CONS/LGC, Lajes Field, Azores APO, 09720
 
ZIP Code
09720
 
Solicitation Number
F2N3MC2243AK01
 
Archive Date
10/9/2012
 
Point of Contact
Christina Gallagher, Phone: 351-295576492, Conceicao M Pires, Phone: 011 351 295 573159
 
E-Mail Address
christina.gallagher@lajes.af.mil, conceicao.pires@lajes.af.mil
(christina.gallagher@lajes.af.mil, conceicao.pires@lajes.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Bid Schedule (i) 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 (ii) The solicitation number is F2N3MC2243AK01; this solicitation is a Request for Quotation for brand name or equal items. (iii) This solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-61. (iv) This acquisition will be full and open competition; the North American Industry Classification System (NAICS) code is 333312. The business size standard is 500 employees. (v) DESCRIPTION: CLIN 0001: 2 ea Steam Coil for Dryer Model ADS50V, PN: 165009 or equal CLIN 0002: 1 ea Steam Coil for Dryer Model ADS75V, PN: 165009 or equal (vi) Delivery to: Lajes Field, Azores, Portugal (vii) The following provisions and/or clauses apply to this acquisition: FAR 52.204-99 System for Award Management Registration (August 2012) (DEVIATION) (a) Definitions. As used in this clause- "Central Contractor Registration (CCR) database" means the retired primary Government repository for Contractor information required for the conduct of business with the Government. "Commercial and Government Entity (CAGE) code" means- (1) A code assigned by the Defense Logistics Agency (DLA) Logistics Information Service to identify a commercial or Government entity; or (2) A code assigned by a member of the North Atlantic Treaty Organization that DLA records and maintains in the CAGE master file. This type of code is known as an "NCAGE code." "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. "Data Universal Numbering System+4 (DUNS+4) number" means the DUNS number means the number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same concern. "Registered in the SAM database" means that- (1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the SAM database; (2) The Contractor's CAGE code is in the SAM database; and (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS), and has marked the record "Active". The Contractor will be required to provide consent for TIN Attachment, Page 1 of 4 validation to the Government as a part of the SAM registration process. "System for Award Management (SAM)" means the primary Government repository for prospective federal awardee information and the centralized Government system for certain contracting, grants, and other assistance related processes. It includes- (1) Data collected from prospective federal awardees required for the conduct of business with the Government; (2) Prospective contractor submitted annual representations and certifications in accordance with FAR Subpart 4.12; and (3) The list of all parties suspended, proposed for debarment, debarred, declared ineligible, or excluded or disqualified under the nonprocurement common rule by agencies, Government corporations, or by the Government Accountability Office. (b) (1) The Contractor shall be registered in the SAM database prior to submitting an invoice and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The SAM registration shall be for the same name and address identified on the contract, with its associated CAGE code and DUNS or DUNS+4. (3) If indicated by the Government during performance, registration in an alternate system may be required in lieu of SAM. (c) If the Contractor does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) A contractor may obtain a DUNS number- (i) Via the internet at http://fedgov.dnb.com/webform or if the contractor does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The contractor should indicate that it is a contractor for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The Contractor should be prepared to provide the following information: (i) Company legal business name. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company physical street address, city, state and Zip Code. (iv) Company mailing address, city, state and Zip Code (if separate from physical). (v) Company telephone number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). (d) Reserved. (e) Processing time for registration in SAM, which normally takes five business days, should be taken into consideration when registering. Contractors who are not already registered should consider applying for registration at least two weeks prior to invoicing. (f) The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (g) (1) (i) If a Contractor has legally changed its business name, "doing business as" name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding notation and change-of-name agreements in Subpart 42.12, the Contractor shall provide the responsible Contracting Officer sufficient documentation to support the legally changed name with a minimum of one business day's written notification of its intention to- (A) Change the name in the SAM database; (B) Comply with the requirements of subpart 42.12 of the FAR; and (C) Agree in writing to the timeline and procedures specified by the responsible Contracting Officer. (ii) If the Contractor fails to comply with the requirements of paragraph (g) (1) (i) of this clause, or fails to perform the agreement at paragraph (g) (1) (i) (C) of this clause, and, in the absence of a properly executed notation or change-of-name agreement, the SAM information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of this contract. (2) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the SAM record to reflect an assignee for the purpose of assignment of claims (see FAR Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the SAM database. Information provided to the Contractor's SAM record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of payment" paragraph of the EFT clause of this contract. (h) Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls. (End of Clause) 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 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation). 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 52.211-6 Brand Name or Equal. FAR 52.214-34 Submission of Offers in the English Language. FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies. FAR 52.222-50 Combating Trafficking in Persons. FAR 52.225-13 Restrictions on Certain Foreign Purchases. FAR 52.232-33 Payment by Electronic Funds Transfer - CCR. FAR 52.233-3 Protest After Award. FAR 52.233-4 Applicable Law for Breach of Contract Claim. FAR 52.243-1 Changes-Fixed Price. FAR 52.252-1 Solicitation Provisions Incorporated by Reference. FAR 52.252-2 Clauses Incorporated by Reference, with the following fill-in: http://farsite.hill.af.mil. FAR 52.252-5 Authorized Deviations in Provisions. FAR 52.252-6 Authorized Deviations in Clauses with the following fill-in: Department of Defense (48 CFR Chapter 2). FAR 52.253-1 Computer Generated Forms. DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. DFARS 252.204-7003 Control of Government Personnel Work Product. DFARS 252.204-7008 Export-Controlled Items. DFARS 252.212-7001 (Dev) Contract Terms and Conditions. DFARS 252.222-7002 Compliance with Local Labor Laws (overseas). DFARS 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials. DFARS 252.225-7031 Secondary Arab Boycott of Israel. DFARS 252.225-7041 Correspondence in English. DFARS 252.225-7042 Authorization to Perform. DFARS 252.225-7043 Antiterrorism / Force Protection for Defense Contractors Outside the United States. DFARS 252.229-7000 Invoices Exclusive of Taxes or Duties. DFARS 252.229-7001 Tax Relief. DFARS 252.232-7003 Electronic Submission of Payment Request. DFARS 252.232-7008 Assignment of Claims (overseas). DFARS 252.232-7010 Levies on Contract Payments. DFARS 252.233-7001 Choice of Law (overseas). DFARS 252.243-7001 Pricing of Contract Modifications. DFARS 252.247-7023 Transportation of Supplies by Sea. DFARS 252.247-7023 Alt III Transportation of Supplies by Sea. DFARS 252.247-7024 Notification of Transportation of Supplies by Sea; AFFARS 5352.201-9101 Ombudsman. AFFARS 5352.223-9001 Health and Safety on Government Installations. AFFARS 5352.242-9000 Contractor Access to Air Force Installations. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the SAM at www.sam.gov, at Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. (xv) Please submit quotes to christina.gallagher@lajes.af.mil or fax to 295-57-3210 NO LATER THAN 24 September 2012, 04:00 pm, local time. (xvi) Point of contact is Christina Gallagher, Contract Specialist, telephone 295-57-6492. Alternate POC is Conceicao Pires, Contracting Officer, telephone 295-57-3159, conceicao.pires@lajes.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/65CONS/F2N3MC2243AK01/listing.html)
 
Place of Performance
Address: Lajes AF, Azores, Portugal
 
Record
SN02890152-W 20120921/120920001411-224c9776f718718c56566ef70a6d8142 (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.