Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 04, 2013 FBO #4059
SOLICITATION NOTICE

49 -- Heatcon Blankets

Notice Date
1/2/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 436th CONS, 639 Atlantic Street, Dover AFB,, Delaware, 19902-5639, United States
 
ZIP Code
19902-5639
 
Solicitation Number
F1Q2EM2318A001
 
Point of Contact
Warren C. Rehrer, Phone: 3026775028, Francis E. Puangco, Phone: 3026772045
 
E-Mail Address
warren.rehrer@us.af.mil, Francis.Puangco@us.af.mil
(warren.rehrer@us.af.mil, Francis.Puangco@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subparts 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. The solicitation number is F1Q2EM2318A001 and this solicitation is being issued as a Request For Quote. The Offeror must quote on an all or none basis. The Government intends to award a Firm Fixed Price Contract. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer meets the minimum technical requirement at the lowest price. Since award will be based on initial responses, offerors are highly encouraged to quote their most advantageous pricing in their initial response. The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-62 and Defense Acquisition Circular 20121212. This is a 100% small business set-aside. The North American Industry Classification System Code (NAICS) is 336413, size standard 1000 employees. The contractor shall provide the items listed below. Pricing shall include installation and shipping / FOB Destination: 0001- 50 ft. Input power cables for use in hazardous envirnoments, under sustained loads of 120 volts, 30 amp max A/C power, with Cooper Crouse-Hinds Arc-Trol connectors RPX-117-150-S01N (input) and RPX-217-914-S01N (output). Qty 8 each 0002- 25 ft. Input power cables for use in hazardous envirnoments, under sustained loads of 240 volts A/C power, with Cooper Crouse-Hinds Arc-Trol connectors RPX-117-150-S01N (input) and RPX-217-914-S01N (output). Qty 4 each 0003- Insert set, flightline connector, insulators and female contacts, for hazardous power cable connector HSC 1009-062 (RPX-117-150-S01N) and Bonder input receptacle HSC 1009-032 (RPX-217-914-S01N). Qty 10 Each 0004- Heat Blanket 18in. by 18in., rated for 120 volts at 1620 watts with 5ft. of connecting cable and a straight blade plug, NEMA specification L5-15, 125 Volt, 15 Amp, 1800 Watt. Qty 4 Each 0005- Heat Blanket 6in. by 20in., rated for 120 volts at 600 watts with 5ft. of connecting cable and a straight blade plug, NEMA specification L5-15, 125 Volt, 15 Amp, 1800 Watt. Qty 3 Each 0006- Heat Blanket 24in. by 24in., rated for 220 volts at 2880 watts with 5ft. of connecting cable and a straight blade plug, NEMA specification L6-15, 250 Volt, 15 Amp, 3600 Watt. Qty 3 Each 0007- Round Heat Blanket 8in. diameter, rated for 120 volts at 252 watts, with a supervisory grid with groud plane and 15ft of connecting cable, with flightline connector set. Qty 5 each. 0008- Round Heat Blanket 10in. diameter, rated for 120 volts at 392 watts, with a supervisory grid with groud plane and 15ft of connecting cable, with flightline connector set. Qty 5 each. 0009- Heat blanket, 8in. by 8in., rated for 120 volts at 720 watts, with a supervisory grid with ground plane and 15ft of connecting cable, with flightline connector set. Qty 3 each 0010- Heat blanket 6in. by 48in., rated for 120 volts at 1440 watts with 5ft. of connecting cable and a straight blade plug, NEMA specification L5-15, 125 Volt, 15 Amp, 1800 Watt. Qty 4 each 0011- Heat blanket 12in. by 18in., rated for 120 volts at 1080 watts with 5ft. of connecting cable and a straight blade plug, NEMA specification L5-15, 125 Volt, 15 Amp, 1800 Watt. Qty 4 each 0012- Heat blanket 18in. by 24in., rated for 120 volts at 2160 watts with 5ft. of connecting cable and a twist lock plug, NEMA specification L5-30P, 125 Volt, 15 Amp, 3600 Watt. Qty 2 each 0013- Heat blanket 10in. by 10in., rated for 120 volts at 500 watts with 5ft. of connecting cable and a straight blade plug, NEMA specification L5-15, 125 Volt, 15 Amp, 1800 Watt. Qty 5 each 0014- Heat blanket 24in. by 72in., rated for 120 volts at 8640 watts, three zones of operation, with 3 each 5ft. connecting cables and twist lock plugs, NEMA specification L5-30P, 125 Volt, 30 Amp, 3600 Watt. Qty 4 each 0015- Heat blanket 12in. by 36in., rated for 120 volts at 2160 watts with 5ft. of connecting cable and a twist lock plug, NEMA specification L5-30P, 125 Volt, 30 Amp, 3600 Watt. Qty 3 each 0016- Heat blanket 6in. by 36in., rated for 120 volts at 1080 watts with 5ft. of connecting cable and a straight blade plug, NEMA specification L5-15, 125 Volt, 15 Amp, 1800 Watt. Qty 4 each 0017- Heat blanket 8in. by 36in., rated for 120 volts at 1440 watts with 5ft. of connecting cable and a straight blade plug, NEMA specification L5-15, 125 Volt, 15 Amp, 1800 Watt. Qty 4 each *Delivery will be made to Dover AFB, DE 19902.* The following provisions and clauses apply to this acquisition and can be viewed through internet access at the Air Force FAR Site, http://farsite.hill.af.mil. In accordance with 52.252-1 and 52.252-2. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request the Contracting Officer will make their full text available, IAW FAR 52.107(b). Provision 52.212-1 - Instructions to Offerors - Commercial Items Provision 52.212-2, Evaluation - Commercial Items Provision 52.212-3, Offerors Representation and Certifications - Commerical Items Provision 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran - Certification Provision 52.252-1, Solicitation Provisions Incorporated by Reference http://farsite.hill.af.mil/vffara.htm Provision 252.209-7002, Disclosure of Ownership or Control by a Foreign Government Provision 252.209-7998, Representation Regarding Conviction of a Felony Criminal Provision 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law Provision 252.225-7000, Buy American Act- Balance of Payments Program Certificate BUY AMERICAN STATUTE-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (JUN 2012) (a) Definitions. "Commercially available off-the-shelf (COTS) item," "component," "domestic end product," "foreign end product," "qualifying country," "qualifying country end product," and "United States" have the meanings given in the Buy American Act and Balance of Payments Program clause of this solicitation. (b) Evaluation. The Government- (1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and (2) Will evaluate offers of qualifying country end products without regard to the restrictions of the Buy American statute or the Balance of Payments Program. (c) Certifications and identification of country of origin. (1) For all line items subject to the Buy American and Balance of Payments Program clause of this solicitation, the offeror certifies that- (i) Each end product, except those listed in paragraphs (c)(2) or (3) of this provision, is a domestic end product; and (ii) For end products other than COTS items, components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country. (2) The offeror certifies that the following end products are qualifying country end products: Line Item Number Country of Origin (3) The following end products are other foreign end products, including end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (ii) of the definition of "domestic end product": Line Item Number Country of Origin (If known) (End of provision) Clause 52.204-99 System for Award Management Registration (DEV) Clause 52.212-4, Contract Terms and Conditions-Commercial Items. Clause 52.212-5, Contract Terms and Conditions Required to implement Statutes Or Executive Orders-Commercial Items. The following FAR Clauses cited in this clause also applies: 52.204-10, Reporting on Subcontractor Sales to the Government, Alternate I 52.209-6, Protecting the Governments Interesst When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post Award Business Program Representation 52.222-3, Convict Labor, 52.222.19, Child Labor - Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-36, Affirmative Action for Workers with Disabilities 52.222-50, Combating Trafficking in Persons, 52.223-18, Contractor Policy to Ban Text Messaging While Driving. 52.225-13, Restriction on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer 52.233-3, Protest After Award, 52.233-4, Applicable Law for Breach of Contract Claim. Clause 52.223-11, Ozone Depleting Substances Clause 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran - Certification Clause 52.242-15, Stop-Work Order Clause 52.247-34, F.O.B Destination Clause 52.252-2, Clauses Incorporated by Reference http://farsite.hill.af.mil/vffara.htm Clause 52.252-6, Authorized Deviations in Clauses Clause 252.203-7002, Requirement to Inform Employees of Whistleblower Rights Clause 252.204-7003, Control of Government Personnel Work Product Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following FAR Clauses cited under this clause also applies: 252.203-7000, Requirements Relating to Compensation of Former DOD Officials, 252.225-7001, Buy American Act and Balance of Payments Program, 252.232-7003 Electronic Submission of Payment Requests. 252.247-7023, Transportation of Supplies by Sea, Alt III Clause 252.225-7002, Qualifying Country Sources As Subcontractors. Clause 252.232-7010, Levies on Contract Payments Clause 5352.201-9101 Ombudsman. Addendum to 52.212-1, Instruction to Offerors-Commercial Items. -52.212-1(c), Period for Acceptance of Offers. The paragraph is tailored as follows: "The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers." B. The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists no additional cost information will be requested. C. The contractor shall include the provisions at 52.212-3, Representation and Certifications-Commercial Items. And shall be registered in System for Award Management (SAM) Registration: https://www.sam.gov/portal/public/SAM/ Addendum to 52.212-2, Evaluation - Commercial Items. 1. 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, whose offer meets the minimum technical requirement at the lowest price Contractors are encouraged to offer their most advantageous quote. The contractor shall submit their quote by 16 January 2013 at (12:00 PM) EST to the contracting office by email in order to be considered for award. POC information: Warren Rehrer, Amn, USAF 302-677-5028 Warren.rehrer@us.af.mil ALT POC: Francis Puangco, MSgt, USAF 302-677-6722 Francis.puangco@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/436CONS/F1Q2EM2318A001/listing.html)
 
Place of Performance
Address: Dover AFB, Delaware, 19902, United States
Zip Code: 19902
 
Record
SN02957905-W 20130104/130102234125-199bc8c66488d81bbcac5bd4104fc408 (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.