Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 23, 2013 FBO #4290
SOLICITATION NOTICE

42 -- Fire Department Jet Skis - Specification for Jet Ski - Statement of Work

Notice Date
8/21/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336999 — All Other Transportation Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 36 CONS - Andersen, Unit 14040, Andersen AFB, 96543-4040
 
ZIP Code
96543-4040
 
Solicitation Number
N4155713RC062CO
 
Archive Date
9/11/2013
 
Point of Contact
JoAnnelle Nededog-Flores, Phone: 6713666603, Amber M. San Gil, Phone: 6713664943
 
E-Mail Address
joannelle.nededog-flores@us.af.mil, amber.sangil@andersen.af.mil
(joannelle.nededog-flores@us.af.mil, amber.sangil@andersen.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work for 12 month maintenance Required specifications for Jet Ski Brand Name or Equal Solicitation Description: 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 are being requested and a written solicitation will not be issued. Solicitation number N4155713RC062CO is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69. This acquisition is reserved exclusively for small business participation, IAW FAR 19.502-2. The applicable NAICS is 336999 ALL OTHER TRANSPORTATION EQUIPMENT MANUFACTURING and the small business size standard for this code is 500 employees. Andersen AFB, Guam requires TWO Yamaha 1800cc Jet Skis and 1 Year Maintenance for each Jet Ski with the following details: CLIN Descriptions Qty. U/M CLIN 0001: Yamaha 1800cc Jet Skis 2 Each (See Specifications) CLIN 0002: Maintenance Plan for 12 Months (See SOW) **Shipping must be included in CLIN 0001** Shipping Destination 36 CES/CEF BLDG17002 and BLDG 2659 UNIT 14007 APO AP 96929-4007 The provision at Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The Lowest Price Technically Acceptable (LPTA) source selection process will be used. The Government will award a contract resulting from this solicitation to the responsible concern whose quote conforming to the solicitation has the lowest overall evaluated price inclusive of shipping. To be acceptable for award, the quoted product must meet or exceed the characteristics listed in item above. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. These additional FAR provisions and clauses are applicable to this acquisition: FAR 52.211-6 Brand Name or Equal FAR 52.204-99 - System for Award Management Registration DFARS 252.212-7001 -- Contract Terms and Conditions Required to Implement Statues or Executive Orders- specifically citing DFARS 252.203-7000 -- Requirements Relating to Compensation of Former DoD Officials DFARS 252.225-7001 Buy American and Balance of Payments Program DFARS 252.232-7003 -- Electronic Submission of Payment Requests and Receiving Reports 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 252.204-7011 Alternative Line Item Structure DFARS 252.232-7010 Levies on Contract Payments DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.211-7003 Item identification and valuation A Defense Priorities and Allocations System (DPAS) rating has not been assigned to this acquisition. Quotes must be emailed to JoAnnelle Nededog-Flores at joannelle.nededog-flores@us.af.mil Quotes are due on 27 August 2013 at 10:00 AM EST. Please send any questions to the previous listed email or call (671) 366-6603 for information regarding this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/36CONS/N4155713RC062CO/listing.html)
 
Place of Performance
Address: 36 CES/CEF, BLDG 17002 and BLDG 2659, Unit 14007, APO, AP 96929-4007, Yigo, Guam, 96929, United States
Zip Code: 96929
 
Record
SN03156272-W 20130823/130821234849-d3c668d68e9da9b0a7f059846efdb0fd (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.