SOLICITATION NOTICE
28 -- NO SMOKE Diesel Exhaust Removal System - Justification for other than full and open competition
- Notice Date
- 8/19/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336390
— Other Motor Vehicle Parts Manufacturing
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 35 CONS - Misawa, Unit 5201, Misawa AB, APO Japan, 96319-5201
- ZIP Code
- 96319-5201
- Solicitation Number
- F3D3A83113A001
- Archive Date
- 9/9/2013
- Point of Contact
- Jacqueline M Mozingo, Phone: 3152264895, TSgt Joseph W. Hoh, Phone: 01181176773898
- E-Mail Address
-
jacqueline.mozingo@us.af.mil, joseph.hoh@us.af.mil
(jacqueline.mozingo@us.af.mil, joseph.hoh@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Sole Source Justification Letter 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 solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-69, DCP 20130808, and AFAC 2013-0327. The applicable NAICS for this acquisition is 336390. The Small Business Size Standard is 750 employees. The Federal Supply Class (FSC) is 2940. The Standard Industrial Classification (SIC) is 2819. The 35th Contracting Squadron, Misawa AB, Japan intends to issue a sole-source procurement action to Ward Diesel Filter Systems, Inc. to provide four (4) No SMOKE diesel exhaust removal systems with installation. The proposed contract is for items for which the Government intends to solicit and negotiate with only one source under the Authority of FAR 6.302-1. Firms who want to challenge the sole source must submit a response to this combined synopsis/solicitation that demonstrates your firm's ability to provide an equivalent supply as described below. Interested parties must provide a rationale as to why they should be considered. CLIN 0001 NO SMOKE Diesel Exhaust Removal Systems Consists of a filter, a diverter unit and electronic control module. All is self-contained on the vehicle. Made of a porous ceramic material, 11.25inch diameter, 14 inches long. Filter encased in stainless steel with high-temperature cushioning material between the ceramic and stainless steel. Electric control module features circuit board housed in a small 5inch x 6inch x 8inch metal enclosure. Must be compatible with each of the following vehicles: Vehicle 1: Pierce Contenter Pumper 4 x 4 - VIN: 4P1CC01M2AA010909 - Year: 2010 Vehicle 2: Quint-E-One (Ladder Truck) - Vin: 4EN6AAA83B1006499 - Year: 2011 Vehicle 3: Pierce Enforcer Pumper Model 218-P-22 - Vin: 4P1CE01A27A007713 - Year 2008 Vehicle 4: Pierce Enforcer Pumper - VIN: 4P1CC01M4BA012226 - Year: 2011 MFR: Ward Diesel Filter Systems, INC. Quantity: 4 Each CLIN 0002 Travel: Airfare/ Per diem (airfare + lodging, meal and incidentals per day) Estimated time to complete installation of systems. Quantity: 1 Each CLIN 0003 Shipping to: Defense Logistics Agency Defense Distribution Depot San Joaquin (DDJC), Tracy Depot Address: Bldg. 30, CCP, 25600 Chrisman Road, Tracy, CA 95376 Tel: (209)-982-4283 Fax: (209)-982-3790 E-Mail Address: Delivery@dla.mil Award shall be made in the aggregate, all or none. EVALUATION CRITERIA: A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. The 35th Contracting Squadron will not reimburse for any costs connected with providing the capability information. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.204-7 System for Award Management. FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.212-1 Instructions to Offerors -- Commercial Items. FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items. FAR 52.212-4 Contract Terms and Conditions - Commercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders -- Commercial Items (Deviation). 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 52.222-36 Affirmation Action for Workers with Disabilities. 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 - System for Award Management. DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials. DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7010 Levies on Contract Payments. DFARS 252.244-7000 Subcontracts for Commercial Items. AFFARS 5352.201-9101 Ombudsman Provisions and clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Wide Area Work Flow (WAWF) at http://wawf.eb.mil and the System for Award Management (SAM) at http://www.sam.gov IAW FAR 52.204-7 or submit FAR 52.212-3 with the quotation. Please send any response to the below point of contact NO LATER THAN 9:00p.m. on 25 Aug 13 (EST) referencing RFQ number F3D3A83113A001. Point of Contact 2Lt Jacqueline Mozingo Contract Specialist Telephone 011-81-176-77-4895 email jacqueline.mozingo@us.af.mil Alternate Point of Contact TSgt Joseph Hoh Contracting Officer Telephone 011-81-176-77-489 Email joseph.hoh@us.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/35CONS/F3D3A83113A001/listing.html)
- Place of Performance
- Address: Misawa AB, Japan, United States
- Record
- SN03154546-W 20130821/130820000156-7ae7b7e48f1ae13230a1d205000a7f7a (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 |