Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 21, 2013 FBO #4288
SOLICITATION NOTICE

25 -- TYMCO Sweeperheads - Combination - J&A-- Brand Name

Notice Date
8/19/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423810 — Construction and Mining (except Oil Well) Machinery and Equipment Merchant Wholesalers
 
Contracting Office
Department of the Air Force, United States Air Force Installation Contracting Agencies - Europe, 31st Contracting Squadron - Aviano, 31st Contracting Squadron (Aviano), Via Pordenone, 33081 Aviano (PN), 33081
 
ZIP Code
33081
 
Solicitation Number
F1F3B1315A007-SWEEPERHEADS
 
Archive Date
10/30/2013
 
Point of Contact
Rachel E.R. Ishee, Phone: 3392999525, Cameron A. Carter, Phone: 6327338
 
E-Mail Address
rachel.ishee@us.af.mil, cameron.carter@aviano.af.mil
(rachel.ishee@us.af.mil, cameron.carter@aviano.af.mil)
 
Small Business Set-Aside
N/A
 
Description
J&A For TYMCO Brand Name The Combination Synopsis/Solicitation COMBINATION/SYNOPSIS F1F3B1315A007-SWEEPERHEADS ***Funds are not presently available for this requirement. The Government's obligation to award this requirement 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 requirement and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. Because funds are not presently available for this requirement, quotes need to be good until 30 Sep 2013.*** (i) This is a combined synopsis/solicitation for a commercial item 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 written solicitation will not be issued. (ii) This solicitation is issued as a request for quotation (RFQ). Submit written quotes (oral quotes will not be accepted) on RFQ reference number F1F3B13150A007-SWEEPERHEADS (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69, (Effective 01 Aug 2013), DPN 20130808 (Effective 08 Aug 2013), AFAC 2013-0327 (Effective 27 Mar 2013). (iv) This solicitation is set-aside as unrestricted. The North American Industry Classification System (NAICS) code is 423810 (v) Potential offerors are to quote on the following line items: Line item Item Description Part # Quantity Unit of Issue 0001 TYMCO SWEEPER HEADS 506763 4 Each (vi) The above items are being solicited as a BRAND NAME. An attached Justification and Approval states all reasons for this and is posted for public view. The sweeper components are to attach to the Model 600 Tymco sweeper truck for airfield and street sweeping operations. (vii) Items will be shipped to the following address: Defense Depot Susquehanna Site East Bldg 2001 (Mission Drive) CCP Doors 135-168 New Cumberland, PA 17070-5001 Transshipment to: SSGT SPINAZZOLA 31CES UNIT 6109 If items can be shipped in packages not to exceed 70 pounds or 130 inches (length x width), they can be shipped via USPS to the following address: 31 CES/CEO Unit 6109 APO AE 09604 Offerors must specify in their quote which shipping method will be used. Items will be delivered and accepted at F.O.B. destination and delivered 60 days ARO. (viii) FAR 52.212-1, Instructions to Offerors--Commercial Items (JUL 2013), applies to this acquisition. No addenda to this provision (ix) FAR 52.212-2, Evaluation--Commercial Items (Jan 1999), applies to this acquisition. 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, price and other factors considered. As allowed by FAR 13.106-2(b)(1), the Lowest Price Technically Acceptable (LPTA) selection process shall be applied. The following factors shall be used to evaluate offers: (1) technical capability of the item offered to meet the Government requirement and (2) price; The Government intends to award to one vendor on an all or none basis. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. To be eligible for award, a quotation must meet all technical requirements, conform to all required terms and conditions, and provide all information required. The technical area will be evaluated on an "acceptable" or "unacceptable" basis. Only those quotations determined to be technically acceptable will be evaluated on price. If the quotation received is determined to be unacceptable, the vendor will be excluded from competition and will not be considered for award. (x) Offerors must submit, along with their offer, a copy of the completed representations and certifications as prescribed in FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items (AUG 2013). Alternate I (APR 2011) (xi) FAR 52.212-4, Contract Terms and Conditions-Commercial Items (JUL 2013) applies to this acquisition. No addenda to this clause. (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (AUG 2013) the following additional FAR clauses cited in the clause are applicable: FAR 52.203-6 Restrictions on Subcontractors Sales to the Government (SEP 2006) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013) 52.222-19 Child Labor - Cooperation with Authorities and Remedies (MAR 2012) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-18 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 paymen 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 Office for this contract and until the Contractor receives notice of such availabity, to be confirmed in writing by the Contracting Officer. (End of Clause) 52.233-2 Service of Protest (Sep 2006) 31 CONS/LGCB Via Pordenone 89/b 33081 Aviano DFARS 252.229-7001 Tax Relief (Jun 1997) NAME OF TAX: ____________ RATE (PERCENTAGE): ___________ 252.229-7003 Tax Exemptions (Italy) (MAR 2012) (iii) The following fiscal code(s): 91000190933. AFFARS 5352.201-9101 Ombudsman (NOV 2012) Primary Command Ombudsman: Ms. Tara Petersen HQ USAFE/A7K, UNIT 3050, Box 10, APO AE 09094-0110 HQ USAFE/A7K, Flugplatz Ramstein, 66877 Ramstein Germany E-mail: tara.petersen@ramstein.af.mil Tel: (49)-6371-47-2209, Fax: (49)-6731-47-2025 Alternate Command Ombudsman: Ms. Heidi Hoehn HQ USAFE/A7K, UNIT 3050, Box 10, APO AE 09094-0110 HQ USAFE/A7K, Flugplatz Ramstein, 66877 Ramstein Germany E-mail: heidi.hoehn@ramstein.af.mil Tel: (49)-6371-47-9330, Fax: (49)-6731-47-2025 (xiii) The following clauses and provisions apply to this solicitation and are included by reference: FAR 52.204-7 System for Award Management (Jul 13) 52.203-13 System for Award Management Maintenance (Jul 2013) 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) 52.215-5 Facsimile Proposals (Oct 1997) 52.223-18 Encouraging Contract Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-14 Inconsistency Between English Version and Translation of Contract (Feb 2000) 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran- Representation and Certification (DEC 2012) 52.232-33 Payment by Electronic Funds Transfer - System for Award Management (Jul 2013) 52.233-3 Protest After Award (Aug1996) 52.247-34 F.o.b. Destination (Nov 1991) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated by Reference (Feb 1998) 52.252-4 Alterations in Contract 52.252-5 Authorized Deviations in Provisions (Apr 1984) 52.252-6 Authorized Deviations in Clauses (Apr 1984) 52.253-1 Computer Generated Forms (JAN 1991) DFARS 252.203-7002 Requirements to Inform Employees of Whistleblower Rights (Jan 2009) 252.203-7005 Requirements Relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7003 Control of Government Personnel Work Product (Apr 1992) 252.204-7004 Alternate A, System for Award Management (May 2013) 252.225-7012 Preference for Certain Domestic Commodities (Jun 2010) 252.225-7036 Buy American Act--North American Free Trade Agreements--Balance of Payments Program (Dec 2010) 252.225-7041 Correspondence in English (Jun 1997) 252.225-7042 Authorization to Perform (Apr 2003) 252.229-7000 Invoices Exclusive of Taxes or Duties (Jun 1997) 252.232.7003 Electronic Submission of Payment Requests (JUN 2012) 252.232-7006 Wide Area Workflow Payment Instructions (May 2013) 252.232-7008 Assignment of Claims (Overseas) (Jun 1997) 252.233-7001 Choice of Law (Overseas) (Jun 1997) 252.243-7001 Price of Contract Modifications (Dec 1991) 252.243-7002 Requests For Equitable Adjustment (DEC 2012) 252.247-7023 Transportation of Supplies by Sea (Jun 2013) 252.247-7023 Alt III (Jun 2013) 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000) AFFARS 5352.233-9000 Elimination of Use of Class 1 Ozone Depleting Substances (NOV 2012) 5352.223-9001 Health and Safety on Government Installations (NOV 2012) 5352.225-9004 Submission of Offers in Other Than United States Currency (Jun 2006) 5352.242-9000 Contractor Access to Air Force Installations (NOV 2012) * The full text of the FAR and DFARS can be accessed on the Internet at http://www.farsite.hill.af.mil/ and http://farsite.hill.af.mil/VFDFARA.HTM (xiv) A Defense Priorities and Allocations System (DPAS) rating will not be assigned to this acquisition. (xv) Any responsible vendor can submit an offer to this agency. Offers will be due in writing to Rachel.Ishee@us.af.mil no later than 19 Sep 2013 at 0800 CST. Offers received after this time will not be considered for award. (xvi) Quotes are due to this office no later than 0800 hrs, Central European Time, 6 Sep 13. Quotes can be sent via e-mail to Rachel.Ishee@us.af.mil. All quotes must include the following information: Company's complete mailing and remittance address, discounts for prompt payment, if any, CAGE Code, Dun & Bradstreet number (DUNS), and Taxpayer ID number (if a US vendor). Quotes must be valid for a period of no less than 30 days. Vendors shall indicate, by number of calendar days, the amount of time needed to deliver the items described in paragraph (v). (xvii) The point of contact for this combined synopsis/solicitation is 1Lt Rachel Ishee who can be reached at 011-39-0434-30-8558 or by e-mail, Rachel.Ishee@us.af.mil. **Funds are not presently available for this requirement. The Government's obligation to award this requirement 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 requirement and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. Because funds are not presently available for this requirement, quotes need to be good until 30 Sep 2013.**
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/31CS/F1F3B1315A007-SWEEPERHEADS/listing.html)
 
Place of Performance
Address: Aviano AB, Italy, Aviano, Non-U.S., Italy
 
Record
SN03154352-W 20130821/130819235955-376f3e9d04f282d1f30fd8797ef48816 (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.