Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 06, 2012 FBO #4030
SOLICITATION NOTICE

36 -- 40 Various manually operated stencil machines - Package #1

Notice Date
12/4/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333244 — Printing Machinery and Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC - Air Armament Center, AAC/PK, 205 West D Avenue, Suite 433, Eglin AFB, Florida, 32542-6864, United States
 
ZIP Code
32542-6864
 
Solicitation Number
EGL-12-EBD-002
 
Archive Date
12/26/2012
 
Point of Contact
kevin T Adams, Phone: 8508830859
 
E-Mail Address
kevin.adams@eglin.af.mil
(kevin.adams@eglin.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Quantities per stencil machine size. 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 the notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number EGL-12-EBD-002 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-61, Effective 15 Oct 2012 and the Defense Federal Acquisition Regulations (DFARS) Change Notice 20120906. It is the contractors' responsibility to be familiar with applicable clauses and provisions. This requirement is being issued as a 100% small business set aside acquisition. The North American Industrial Classification System (NAICS) Code is 333244 with a small business size standard of 500 employees. Please identify your business size in your response based upon this standard. The Government intends to issue a firm fixed price purchase order. The requested items are for "Marsh" brand name or equal products to be quoted. The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items necessary to provide Marsh brand or equal stencil machines in accordance with attached list of requirements at Eglin AFB. The government requires a warranty of 1 year. The government will not accept refurbished/used equipment. There will be no advance payments. Requirement: CLIN0001: The contractor shall provide forty (40) Stencil machines in accordance with the attached parts list table with a 1 year warranty--no defects. No cost repair/replacement for tools damaged in first year. Instructions for repairing/replacing damaged/broken tools; if a tool is damaged or broken during warranty period contactor shall replace tools sent for inspection and verification. Quoted price should include FOB Destination CONUS. Required delivery date is 30 days ARO. The following provisions and clauses are incorporated in this notice: • FAR 52.204-99 System for Award Management Registration (Deviation) (Aug 2012) • FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) • FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) • FAR 52.212-1, Instructions to Offerors - Commercial (Feb 2012) • FAR 52.212-2, Evaluation, Commercial Items (Jan 1999) • FAR 52.212-3, Offeror 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 to Implement Statutes or Execute Orders - Commercial Items (May 2012) • FAR 52.219-28, Post-Award Small Business Program Rerepresentation (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 52.223-11, Ozone Depleting Substances • FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Aug 2011) • FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) • FAR 52.232-33, Payment by electronic Funds Transfer-CCR (Oct 2003) • FAR 52.233-1, Disputes (July 2002) • FAR 52.233-3, Protest After Award (Aug. 1996) • FAR 52.247-34, F.O.B Destination (Nov 1991) • FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998)  DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Jan 2009) • DFARS 252.204-7003, Control of Government Personnel Work Product (Apr 1992) • DFARS 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alt A (Sep 2007) • DFARS 252.204-7008, Export-Controlled Items (Apr 2010) • DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense acquisitions of Commercial Items (May 2012), incorporating the following: • DFARS 252.225-7001- Buy American Act and Balance of Payments Program (Oct 2011); • DFARS 252.232-7003, Electronic Submission of Payment Requests (Mar 2008); • DFARS 252.232-7010, Levies on Contract Payments (Dec 2006) • DFARS 252.243-7001, Pricing of Contract Modifications (Dec 1991) • DFARS 252.247-7023, Transportation of Supplies by Sea (May 2002); Alt III • AFFARS 5352.201-9101, Ombudsman (Apr 2010) Incorporated by full text: • DFARS 252.232-7006, Wide Area Workflow Payment Instructions (Jun 2012) • DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (DEVIATION 2012-O0004) (JAN 2012) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012, (Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ___ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [___ ] is not [___ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) • DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (DEVIATION 2012-O0004) (JAN 2012) Please provide a response to clause DFARS 252.209-7999 with your quotation. Submitted quote or proposal must be complete, self-sufficient, take no exception, and respond directly to the requirements of this RFQ. Provide the lead or delivery time in terms of number of days after receipt of the order. To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. The Government will evaluate submitted quote/proposal utilizing the Lowest-Price-Technically-Acceptable (LPTA) source selection process. The following factors will be used to evaluate the proposals: (1) Technical Acceptability, and (2) Price. Technical Acceptability shall be evaluated as acceptable or not acceptable. Price evaluation shall be based on the lowest reasonable, balanced, and overall evaluated price. Price will always be an important factor; therefore, offerors should make diligent efforts to control costs and submit fairly priced quotes as each offeror's quoted price will be evaluated for reasonableness. Evaluation of proposals may be made without discussions with the offerror(s). The Government will award a contract to the responsible offeror whose offer conforming to this combined synopsis/solicitation will be most advantageous to the government according to FAR Part 12 Acquisition of Commercial Items and FAR Part 13 Simplified Acquisition Procedures. To be considered for this award, offerors must be registered in the System of Award Management (SAM) database at www.sam.gov and Wide Area Work Flow (WAWF) database at http://wawf.eb.mil prior to award. Lack of registration will make an offeror ineligible for award. This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil/or http://www.arnet.far.gov/. Quotes must be for all items stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. Award will be made (all or none) to one vendor. Questions deadline is 05 December 2012 at 4:00 pm CST. Responses/Quotes are due 10:00 am CST on 11 December 2012. Submit written quotes; oral quotes and faxes will not be accepted. Quotes may be submitted via e-mail or mailed. All proposals must be e-mailed to Kevin.adams@eglin.af.mil subject: EGL-12-EBD-002or mailed to 205 West D Ave, Bldg 350, Ste 114 Eglin AFB, FL 32542. Quotations must meet all instructions put forth in this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AAC/EGL-12-EBD-002/listing.html)
 
Place of Performance
Address: 205 West D Ave Building 350 Ste 114, Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN02941997-W 20121206/121204235119-4ca814c7bb5d57dfcd6824b704449e6b (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.