Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 25, 2013 FBO #4200
SOLICITATION NOTICE

15 -- Solicitation W91ZLK-13-R-0024 Boeing 767

Notice Date
5/23/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
ACC-APG - Installation Division, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-13-R-0024
 
Response Due
6/26/2013
 
Archive Date
7/22/2013
 
Point of Contact
Kirstin B Hazlewood, 443-861-4727
 
E-Mail Address
ACC-APG - Installation Division
(kirstin.b.hazlewood.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
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. This is a combined synopsis/solicitation for commercial items 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; quotes are being requested and a separate written solicitation will not be issued. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-66. The solicitation number for this requirement is W91ZLK-13-R-0024. This requirement is a BRAND NAME ONLY requirement, and is not set aside for small business competition. The associated North American Industry Classification System (NAICS) Code is 336411, Aircraft Manufacturing, and the business size standard is 1,500 employees. The Government contemplates a Firm-Fixed Price award in accordance with FAR Part 13.5, Test Program for Certain Commercial Items. This procurement will be evaluated as lowest price technically acceptable (LPTA), for the purchase and delivery of the following: QTY: 1 Pressurizable Boeing 767 Wide-Body Aircraft Please see attachment for full requirement description and details. A Justification and Approval for Other Than Full and Open Competition has been certified and approved, as required by FAR 13.501(a)(1)(ii), citing the authority at 10 USC 2304(c)(1), as implemented in FAR 6.302-1(c), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements, Application for Brand Name Descriptions. This Justification will not be made available to the public in accordance with FAR 6.305(f). Acceptance shall be FOB Destination to Aberdeen Proving Ground, MD. Provide the Government detailed information on the following: a. Estimated delivery after receipt of order b. Point of contact name and contact information, vendor CAGE code, DUNS number, and TIN. c. Contractor quotes must address each requirement listed in the attachment to this solicitation. Diagrams, photos, and/or additional information are acceptable but not required. Partial quotes will not be evaluated by the Government. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors in accordance with FAR 15.101-2. The following provisions and clauses will be incorporated by reference: 52.212-1 Instruction to Offerors Commercial Items 52.212-2, Evaluation Commercial Items The contract will be awarded to the Lowest Price Technically Acceptable (LPTA). The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. 252.212-7000, Offeror Representations and Certifications Commercial Items 52.212-4 Contract Terms and Conditions Commercial Items and Addendum 52.211-6 Brand Name or Equal 52.223-11 Ozone Depleting Substances 52.247-34 FOB Destination 252-211-7003 Item Identification and Valuation 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (JAN 2013) applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C 253S and 10 U.S.C.2402) 52.219-8, Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Disabled Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era 52.225-13 Restrictions on Certain Foreign Purchase 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2013) applies to this order. The following additional DFAR clauses cited in the clause are applicable: 52.203-3 Gratuities 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.225-7012 Preference for Certain Domestic Commodities 252.225-7015 Preference of Domestic Hand and Measuring Tools 252.225-7021 Trade Agreements 252.227-7015 Technical Data- Commercial Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.243-7002 Requests for Equitable Adjustment EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (OCT 2012) ACC-APG 5152.229-4900 Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax. The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil AMC-LEVEL PROTEST PROGRAM (Aug 2012) ACC-APG 5152.233-4900 If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible Contracting Officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the Contracting Officer) to: Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Phone: (256) 450-8165 Fax: (256) 450-8840 E-mail: amcprotests@conus.army.mil The AMC-Level Protest Procedures are accessible via the Internet at: www.amc.army.mil/amc/commandcounsel.html. If Internet access is not available, contact the Contracting Officer or HQ, AMC, to obtain the AMC-Level Protest Procedures. SUBMISSION PROCEDURES: All questions must be submitted via email to Kirstin.b.hazlewood.civ@mail.mil by 10 June 2013 at 12:00 p.m. Eastern Time. Quotations must be signed, dated, and received by 12:00 p.m. Eastern Time, 26 June 2013, via email Kirstin.b.hazlewood.civ@mail.mil (preferred method), or via U.S. Mail, at: US Army Contracting Center- Aberdeen Proving Ground, Tenant Contracting Division, Technology Branch ATTN: Kirstin B. Hazlewood, C2-101 6001 Combat Drive Aberdeen Proving Ground, MD 21005 All quotations from responsible sources will be fully considered. Vendors who are not registered in the System for Award Management (SAM), www.sam.gov, database prior to award will not be considered. Vendors may register with SAM online at the website link provided. For questions concerning this solicitation, contact Kirstin B. Hazlewood, Contract Specialist, via email at Kirstin.b.hazlewood.civ@mail.mil. TELEPHONE REQUESTS WILL NOT BE HONORED
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7b574fcf1b606061566366a2362a6de9)
 
Record
SN03070244-W 20130525/130523235048-7b574fcf1b606061566366a2362a6de9 (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.