Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 01, 2013 FBO #4268
SOLICITATION NOTICE

78 -- ESG- Efficient Running - SOW

Notice Date
7/30/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339920 — Sporting and Athletic Goods Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ESG - Enterprise Sourcing Group, Building 1, 1940 Allbrook Dr, Wright Patterson AFB, Ohio, 45433-5006, United States
 
ZIP Code
45433-5006
 
Solicitation Number
FA8052-13-T-0002
 
Archive Date
9/14/2013
 
Point of Contact
Brandon T. Taylor, Phone: 2103959553, Javier Tamez, Phone: 210-395-9178
 
E-Mail Address
brandon.taylor.19@us.af.mil, javier.tamez.2@us.af.mil
(brandon.taylor.19@us.af.mil, javier.tamez.2@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work- Efficient Running, dated 9 July 2013 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation Subpart 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 Request for Quotes is called Efficient Running and is supplemented with additional information included (Statement of Work dated 9 July 2013). Provisions and clauses in effect through Federal Acquisition Circular 2005-61 are incorporated. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The solicitation number for this requirement is FA8052-13-T-0002 and is hereby issued as a Request for Quotes (RFQ) using FAR Part 13, Simplified Acquisition Procedures. This requirement shall be competed as a 100% SMALL BUSINESS SET-ASIDE under NAICS 339920, with a Size Standard of 500 employees. All qualified small businesses under this industry code are encouraged to submit quotes. The Department of the Air Force, Air Force Material Command, 773 Enterprise Sourcing Squadron has a requirement for Efficient Running per the attached Statement of Work dated 9 July 2013.The AFMSA/SG6M is requesting the following items, Brand Name or Equal, to the following: Optogait 1 Meter, part number OG1M (4 EA) and Laptop with Optogait Gait Analysis Software, part number CCOMPL (4 EA), with warranty. See attached SOW for further product descriptions and details. Quotations need to adhere to FAR 52.212-1, Instructions to Offerors - Commercial, and include a completed FAR 52.212-3, Representations and Certifications. The Government's preferred method is electronically at the System for Award Management website, www.sam.gov. The quotations may be in any format but MUST include: 1) Proposing company's name, address, phone number, CAGE code, DUNS Number and tax identification number (TIN) 2) Point of contact's name, phone, and email 3) Quotation number, date, and the time frame that the quote is valid 4) Item description/brand, part number and price 5) Shipping (FOB Destination) 6) Total price 7) Applicable discounts 8) Payment terms Net 30(after delivery and acceptance) 9) Delivery Schedule 10) Warranty Information (if applicable). 11) Completed FAR 52.212-3, Representations and Certifications. 12) Complete DFARS 209-7998 and DFARS 209-7999 New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. Any award resulting from this solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. The following provisions are incorporated by reference and apply to this acquisition: FAR 52.211-6, Brand Name or Equal FAR 52.212-1, Instructions to Offerors -- Commercial FAR 52.212-2, Evaluation Factors [the fill in portion of this provision is: technical and price] FAR 52.212-3, Representations and Certifications DFARS 252.209-7998, Representations regarding Conviction of a Felony Criminal Violation under any Federal Law DFARS 252.209-7999, Representations by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law The following clauses are incorporated by reference and apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions -- Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. The clauses that are check marked as being applicable to this purchase are: FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards FAR 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.219-28, Post Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-35, Equal Opportunity for Veterans FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-37, Employment Reports on Veterans FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. The clauses that are check marked as being applicable to this purchase are: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.225-7001, Buy American Act and Balance of Payment Program DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.232-7006, Wide Area Work Flow Payment Instructions The clause at FAR 52.232-18, Availability of Funds (Apr 1984), applies to this Solicitation and is incorporated via full text. Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of Clauses) Proposals and Questions shall be submitted via e-mail to the contracting specialist at brandon.taylor.19@us.af.mil. Questions shall be submitted no later than: 1:00 P.M., Local - CST Friday, August 16, 2013. Proposals shall be submitted not later than: 1:00 P.M., Local - CST Friday, August 30, 2013. Contracting Officer: Javier Tamez Email: javier.tamez.2@us.af.mil Phone: 210-395-9178 Contract Specialist: Brandon Taylor Email: brandon.taylor.19@us.af.mil Phone: 210-395-9553
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bac129eaac563bb91ccc148e6b9f878b)
 
Place of Performance
Address: 4 locations for delivery, list is on Appendix A of the attached SOW, Falls Church, Virginia, 22042, United States
Zip Code: 22042
 
Record
SN03131149-W 20130801/130730235321-bac129eaac563bb91ccc148e6b9f878b (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.