Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 04, 2013 FBO #4240
SOLICITATION NOTICE

26 -- Non-directional Military Tires For MAAS Trailers - F4ATA33137A001 Specifications

Notice Date
7/2/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
441320 — Tire Dealers
 
Contracting Office
Department of the Air Force, Air Combat Command, 325 CONS, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB,, Florida, 32403-5526, United States
 
ZIP Code
32403-5526
 
Solicitation Number
F4ATA33137A001
 
Archive Date
7/24/2013
 
Point of Contact
Yvette M. Kelly, Phone: 8502838630, Melissa J. Blair, Phone: 8502830061
 
E-Mail Address
yvette.kelly@tyndall.af.mil, melissa.blair@tyndall.af.mil
(yvette.kelly@tyndall.af.mil, melissa.blair@tyndall.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
F4ATA33137A001 - Specifications Document 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, proposals/quotes are being requested, and a written solicitation will not be issued. FAR Part 13 procedures are being utilized. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-68. The solicitation reference number is F4ATA33137A001 and this solicitation is being issued as a request for quote (RFQ). This acquisition will be a 100% small business set-aside under North American Industry Classification System (NAICS) code 441320. The small business size standard is $14.0M. CLIN 0001: Qty: 20 EA; - Tire, Non-directional (NDT) P/N: ML4C4 (see attachment for specifications). CLIN 0002: Qty: 20 EA; - Two Part Polymer fill. P/N: ARNCO RePneu (see attachment for specifications). CLIN 0003: Qty: 20 EA; - Tube and Tire Flap, Truck Size 900-20 Evaluation will be based on the lowest price technically acceptable (LPTA) which will be determined to represent the Best Value. In order to be considered for award, vendor must adhere to all quotation requirements detailed herein. Delivery shall be made within 30 Days After Delivery of Contract. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. The following FAR/DFARS/AFFARS provisions/clauses apply to this acquisition: 52.212-4 - Contract Terms and Conditions-Commercial Items 52.212-5 Deviation - Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.219-6 - Notice of Total Small Business Set-Aside 52.219-28 - Post-Award Small 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 - Combat Trafficking Persons 52.223-18 - Contractor Policy to Ban Text Messaging While Driving 52.232-33 - Payment by Electronic Funds Transfer-SAM 52.232-99 Deviation - Providing Accelerated Payment to Small Business Subcontractors 52.233-3 - Protest After Award 52.233-4 - Applicable Law for Breach of Contract Claim 52.247-34 - F.O.B. Destination FAR 52.252-2 - Clauses Incorporated by Reference (http://farsite.hill.af.mil) FAR 52.252-6 - Authorized Deviations in Clauses ("Defense Federal Acquisition Regulation Supplement" and "Chapter 2") 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights 252.204-7008 - Export-Controlled Items 252.211-7003 - Item Identification and Valuation 252.212-7001 Deviation - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7001 - Buy American Act and Balance of Payment Program 252.225-7002 - Qualifying Country Sources as Subcontractors 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 - Wide Area Workflow Payment Instructions 252.232-7010 - Levies on Contract Payments 252.247-7023 Alt III - Transportation of Supplies by Sea 5352.201-9101 - Ombudsman Offerors shall complete a copy of the Online Offeror Representations and Certifications Application. Please refer to https://www.sam.gov/portal/public/SAM/ for information regarding the Online Representation and Certification Application process. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE SYSTEM FOR AWARD MANAGEMENT (SAM) AS A SMALL BUSINESS UNDER NAICS CODE 441320 BEFORE BEING CONSIDERED FOR AWARD. Information concerning SAM requirements may be viewed via the internet at http://www.sam.gov or by SAM Service Desk http://www.FSD.gov, or 1-866-606-8220. Information concerning SAM requirements may be viewed via the internet https://www.sam.gov/portal/public/SAM/ or by calling the Federal Service Desk at 1-866-606-8220 Interested parties must include, with their quote, their CAGE code, and tax identification number (TIN), and delivery date. Quotes should be transmitted by e-mail. The point of contact for this solicitation is Yvette Kelly Contract Specialist, (850) 283-8636, yvette.kelly@us.af.mil. Alternate point of contact is Melissa Blair, Contracting Officer, (850) 283-9147, melissa.blair.2@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8f8b6ee4c2da93ab6854f72ba4fd9c29)
 
Place of Performance
Address: 501 Illionis Avenue Suite 5, Tyndall AFB, Florida, 32403, United States
Zip Code: 32403
 
Record
SN03105709-W 20130704/130702235235-8f8b6ee4c2da93ab6854f72ba4fd9c29 (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.