Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 09, 2014 FBO #4429
SOLICITATION NOTICE

65 -- ASP Plasma Sterilizers Maintenance and Parts Agreement - Package #1

Notice Date
1/7/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
F3Z4533339AQ01
 
Archive Date
1/15/2014
 
Point of Contact
Walter Huggins, Phone: 707-424-7775, Frederick Rieger, Phone: 707-424-7761
 
E-Mail Address
walter.huggins.2@us.af.mil, frederick.rieger@us.af.mil
(walter.huggins.2@us.af.mil, frederick.rieger@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
PWS 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. The solicitation number is F3Z4533339AQ01. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-66, Effective 1 April 2013, DPN 20130412 effective 12 April 2012, and AFAC 2013-0327, effective 27 Mar 2013. The North American Industry Classification System (NAICS) code is 811219. The business size standard is $19,000,000.00. The Federal Supply Class (FSC) is 6515. The Standard Industrial Classification (SIC) is 7629. Requirement Description: Travis AFB intends to award a purchase order for non-personal services for annual maintenance and parts contract for Advanced Sterilization Products(ASP) Plasma Sterilizer Units. Manufacturer: ASP. Models: 100S, 100NX. IAW the PWS. Base Year: 1 Feb 14-30 Sep 14 Option Year 1: 1 Oct 14-30 Sep 15 Option Year 2: 1 Oct 15-30 Sep 30 The following provisions and/or clauses apply to this acquisition. FAR clauses: 52.204-7 Systems for Award Management 52.209-6 Protecting the Government Interest 52.212-1 Instructions to Offerors -- Commercial Items 52.212-4 Contract Terms and Conditions -- Commercial Items 52.212-5 Contract Terms and Conditions -- Commercial Items (Deviation) 52.217-5 Evaluation of Options 52.217-8 Option to Extend Services 52.217-9 Option to Extend the Terms of the Contract 52.222-3 Convict Labor 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 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 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. 52.232-99 Deviation - Accelerated Payments 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contracts 52.219-28 Post Award Small Business Program 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-48 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification 52.222-50 Combating Trafficking in Persons 52.225-25 Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran- Representation and Cerifications 52.252-1 Solicitation Provisions Incorporated By Reference 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7003 Control of Government Personnel Work Products 252.204-7004 Alt A Central Contractor Registration Alternate A 252.225-7001 Buy American Act and Balance of Payment Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.232-7010 Levies on Contract Payments 252.232-7003 Electronic Submission of Payment Requests 252.247-7023 (Alt III) Transportation of Supplies by Sea 252.204-7006 Billing Instructions 252.212-7001 Contract Terms and Conditions (Dev) 5352.201-9101 OMBUDSMAN WAWF - Wide Area Work Flow 52.252-2 -- Clauses Incorporated by Reference. Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of Clause) 52.252-6 -- Authorized Deviations in Clauses. As prescribed in 52.107(f), insert the following clause in solicitations and contracts that include any FAR or supplemental clause with an authorized deviation. Whenever any FAR or supplemental clause is used with an authorized deviation, the contracting officer shall identify it by the same number, title, and date assigned to the clause when it is used without deviation, include regulation name for any supplemental clause, except that the contracting officer shall insert "(Deviation)" after the date of the clause. Authorized Deviations in Clauses (Apr 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation (48 CFR Capter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Clause) Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. All Vendors must actively be registered with the System of Award Management (SAM) [ http://www.sam.gov], at Wide Area Work Flow (WAWF) [http://wawf.eb.mil], and at Online Representations and Certifications Application (ORCA) at [http://orca.bpn.gov]. Please send any responses to walter.huggins.2@us.af.mil. Contractors shall submit the following with their proposals: written acknowledgment of any and all amendments to this solicitation or proposal may not be evaluated for award; and shipping charges (if existing). No verbal requests will be accepted. Please submit all questions or concerns pertaining to the solicitation NO LATER THAN 13 January 2014 via email to the appropriate point of contact. All responsible sources may submit a quote which will be considered by the agency, NO LATER THAN 14 January 2014, 2:00 PM, PST; quotes are to be provided by fax or email. Points of contact: Contracting Specialist: SrA Walter Huggins - 707-424-7775 - walter.huggins.2@us.af.mil Contracting Officer: MSgt Frederick W. Rieger- 707-424-7761 - frederick.rieger@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F3Z4533339AQ01/listing.html)
 
Place of Performance
Address: 101 Bodin Cir, BLDG 777, Travis AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN03262241-W 20140109/140107234947-7490b17518582bbd5f1942ec9e5ee0b1 (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.