Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 18, 2013 FBO #4193
SOLICITATION NOTICE

61 -- Hangar Floor Adapters - MS Molded Adapter Pinning

Notice Date
5/16/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335931 — Current-Carrying Wiring Device Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th CONS, 1500 West Perimeter Rd, Suite 2780, Andrews AFB, Maryland, 20762-6500, United States
 
ZIP Code
20762-6500
 
Solicitation Number
F1D2593114A001
 
Archive Date
6/15/2013
 
Point of Contact
christopher r. castro, Phone: 2406125661, Kenneth M Grimsley, Phone: (301)981-6042
 
E-Mail Address
christopher.castro@afncr.af.mil, kenneth.grimsley@afncr.af.mil
(christopher.castro@afncr.af.mil, kenneth.grimsley@afncr.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
MS Adapter Pinning Locations Hangar Floord Adapters for 89th MXG 14 May 2013 1. Solicitation This is an unfunded requirement. 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 this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number F1D2593114A001 is being issued as a Request for Quote (RFQ) using the Simplified Acquisition Procedures in accordance with FAR Part 13 guidelines. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-66. All responsible sources may submit an offer to be considered by the agency. Funds are presently not available for this contract. No legal liability on the part of the Government may arise until funds are made available. No award will be made until funds become available. All submitted quotes must be valid through 12:00 AM, 20 August 2013. 2. Acquisition Details This requirement is a 100% small-business set-aside. The North American Industry Classification System (NAICS) code is 335931 ("Current-Carrying Wiring Device Manufacturing") and the business size standard is 500 employees. 3. The Government will award a firm fixed price contract for hangar floor adapters at Joint Base Andrews. The following items are being procured: Quantity eight (8), four (4') foot long ground power harnesses. The harnesses shall be 100 amp, 600 volts, 60/400 hertz with an explosion proof plug, P/N GD-D1024-39PL-XX (100A, 3 pole/4 wire, 60/400Hz), or equal item, on one end and a MS rubber molded inline connector with 6 pin female front face on the other end of 4' length of single conductor #1awg wires. The explosion proof plug shall mate with the Vantage power receptacle P/N GDR-03L-92AM. The MS rubber molded inline connector will be pinned according to the locations provided in the drawing. 0001 Hangar Floor Power Adapters. QTY: 8 PRICE PER$________ TOTAL PRICE$__________ Interested vendors shall submit descriptive literature containing sufficient technical documentation to establish a bona fide capability to meet this requirement along with detailed drawings/specifications to ensure proposed items meet item requirements. No partial quotes or quotes without specifications will be accepted. 4. Delivery Information FOB: Destination Delivery date: 30 days after date of contract. Delivery address: 89th Maintenance Group 1280 Arnold Ave. Joint Base Andrews, MD 20762 Contractor must provide an affirmative statement of their ability to meet the delivery requirement of 30 days after date of contract 5. Clauses & Provisions It is the vendor's responsibility to be familiar with all applicable clauses and provisions. All FAR/DFARS/AFFARS clauses and provisions may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The following provisions are applicable: 52.212-1 - Instructions to Offerors - Commercial; 52.212-2 - Evaluation -- Commercial Items. EVALUATION PROCEDURES: The government will award a contract resulting from this solicitation on the basis of a ‘Lowest Price Technically Acceptable' (LPTA) approach. An award will be made to the lowest evaluated offer that is technically acceptable. If providing an "or equal" item, the offeror must provide descriptive literature for consideration. The government may communicate with an offeror in order to clarify or verify information submitted in their offer. 52.212-3 - Offerors Representations and Certifications - Commercial Items. All offerors must submit representations and certifications in accordance with this provision along with their offer. This provision can be downloaded from the internet via http://farsite.hill.af.mil/ or from http://sam.gov Offerors that fail to furnish the required representation information or that reject the terms and conditions of the solicitation may be excluded from consideration. 52.252-1 - Solicitation Provisions Incorporated by Reference The following clauses are applicable: 52.212-4 - Contract Terms and Conditions - Commercial Items 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.219-6 - Notice to Total Small Business Set Aside 52.222-3 - Convict Labor 52.222-19 - Child Labor-Cooperation with Authorities and Remedies 52.222-21 - Prohibition of Segregated Facilities 52.222-50 - Combating Trafficking in Persons 52.223-3 - Hazardous Material Identification and Material Safety Data 52.225-13 - Restrictions on Certain Foreign Purchases 52.233-3 - Protest After Award 52.233-4 - Applicable Law for Breach of Contract Claim 52.247-34 - F.O.B. Destination 52.252-2 - Clauses Incorporated by Reference 52.252-6 - Authorized Deviations in Clauses 252.212-7001 - Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7001 - Buy American Act and Balance of Payments Program 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 - Levies on Contract Payments 5352.242-9000 - Contractor Access to Air Force Installations 5352.201-9101 - Ombudsman 252.232-7006 - Wide Area WorkFlow Payment Instructions 6. Contracting Office Address 11th Contracting Squadron 1349 Lutman Drive Joint Base Andrews MD 20762 7. Quotes All quotes must be sent via e-mail to Christopher Castro at christopher.castro@afncr.af.mil and Kenneth Grimsley at kenneth.grimsley@afncr.af.mil, or via facsimile at 240-612-2176 labeled attn: SSgt Christopher Castro. Questions shall be submitted no later than 12:00 PM EST, 23 May, 2013. Questions regarding specific item description may require a site visit with Contracting Officer (CO) and Subject Matter Experts (SME) to ensure proposed product meets specialized needs. Quotes shall be submitted no later than 12:00 PM EST, 31 May, 2013.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/F1D2593114A001/listing.html)
 
Place of Performance
Address: 1349 Lutman Drive, Joint Base Andrews, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN03064000-W 20130518/130516234954-affd9faf71d68fe8bd4865a426fb300e (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.