Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2014 FBO #4578
SOLICITATION NOTICE

78 -- Overhead Volleyball System - Statement of Work

Notice Date
6/5/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339920 — Sporting and Athletic Goods Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 325 CONS, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB,, Florida, 32403-5526, United States
 
ZIP Code
32403-5526
 
Solicitation Number
F4A3794093A001
 
Archive Date
7/5/2014
 
Point of Contact
Joshua T. Lanoue, Phone: 8502834410, Benjamin C. Nieto, Phone: 8502838210
 
E-Mail Address
joshua.lanoue.1@us.af.mil, benjamin.nieto@us.af.mil
(joshua.lanoue.1@us.af.mil, benjamin.nieto@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SOW This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subparts 12.6 and FAR Subparts 13.302, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, proposals/quotes are being requested, and a written solicitation will not be issued. This constitutes the only notification before award. The solicitation reference number F4A3794093A001 is issued as a Request For Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-74. The North American Industry Classification System (NAICS) code is 339920. Small business size standard is 500 employees. This acquisition is 100% set aside for small business. CLIN 0001: Qty 1 Lot- Porter Overhead Volleyball System (OVS) or equal in accordance with (IAW) Statement of Work (SOW) -Complete Overhead Volleyball System -Porter POWR-NET Overhead Supported Volleyball System 1900 Series Single Court Only (with Judge's Stand) necessary for installation or manufacturer's equivalency for full set-up and installation -All pads, judges stand, antennas, and all electrical connections -Net height adjustment -Winch & Key switch -Training for correct and proper use of the OVS -Provide warranty IAW manufacturer specifications -Installation *Item must be brand name or equal.* The Government anticipates award on a best value basis. IAW FAR 52.212-2, Evaluation-Commercial Items, the Government intends to award a contract to the responsible offeror whose offer conforming to the proposal will be the most advantageous to the Government based on technical capability of the item offered to meet the Government requirement and price. The following factors shall be used to evaluate offers: 1. Technical Acceptability ** 2. Price This will be a lowest price technically acceptable purchase. Technical acceptability will be determined based on characteristics stated in this solicitation. Technical factors will be considered only when an item other than Porter brand is offered. Quote must include descriptive literature to determine if product meets the SOW and technical requirements. Please be aware that a site visit will be conducted on or Friday, June 13th @ 1400 Central Standard Time on Tyndall AFB, FL at the 325th FSS Fitness Center. All attendees (no more than 2 per company) must submit their names to SrA Nieto @ benjamin.nieto@us.af.mil by close of 10 June 14. All attendees will meet @ Tyndall Visitor Center 13 Jun 14 @ 1400 CST 2580 Hwy 98, Tyndall AFB, FL. In order to obtain access to Tyndall AFB all attendees must provide a valid driver's license, proof of insurance & vehicle registration and social security number. Any questions resulting from this site visitor solicitation must be submitted in writing to A1C Joshua Lanoue @ joshua.lanoue.1@us.af.mil or SrA Nieto @ benjamin.nieto@us.af.mil no later than 10:00am CST 16 Jun 14. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. The following FAR provisions/clauses apply to this acquisition: FAR 52.204-7 - System for Award Management FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-13 - System for Award Management Maintenance FAR 52.211-6 - Brand Name or Equal FAR 52.212-1 - Instructions to Offerors-Commercial Items FAR 52.212-2 - Evaluation-Commercial Items FAR 52.212-3 Alt I - Offeror Representations and Certifications -Commercial Items FAR 52.212-4 - Contract Terms &Conditions-Commercial Items FAR 52.212-5 Deviation - Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items FAR 52.219-1 Alt I - Small Business Program Representations FAR 52.219-6 - Notice of Total Small Business Set-Aside 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 52.222-22 - Previous Contracts and Compliance Reports FAR 52.222-25 - Affirmative Action Compliance FAR 52.222-26 - Equal Opportunity FAR 52.222-36 - Affirmative Action for Workers with Disabilities FAR 52.222-50 - Combat Trafficking Persons FAR 52.223-18 - Contractor Policy to Ban Text Messaging While Driving FAR 52.232-33 - Payment by Electronic Funds Transfer-System for Award Management FAR 52.233-1 - Disputes FAR 52.233-3 - Protest After Award FAR 52.233-4 - Applicable Law for Breach of Contract Claim FAR 52.237-1 - Site Visit FAR 52.237-2 - Protection of Government Buildings, Equipment, and Vegetation FAR 52.247-34 - F.O.B. Destination FAR 52.252-1 - Solicitation Provisions Incorporated by Reference (http://farsite.hill.af.mil) FAR 52.252-2 - Clauses Incorporated by Reference (http://farsite.hill.af.mil) FAR 52.252-6 - Authorized Deviations in Clauses ("Defense Federal Acquisition Regulation Supplement" and "Chapter 2") The following Department of Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this acquisition: DFARS 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005 - Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7004 - Alternate A, System for Award Management DFARS 252.225-7001 - Buy American Act-Balance of Payment Program Certificate DFARS 252.225-7002 - Qualifying Country Sources as Subcontractors DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006 - Wide Area Workflow Payment Instructions DFARS 252.232-7010 - Levies on Contract Payments DFARS 252.247-7023 Alt III - Transportation of Supplies by Sea The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies to this procurement: AFFARS 5352.201-9101 - ACC Ombudsman AFFARS 5352.223-9001 - Elimination of Use of Class I Ozone Depleting Substances AFFARS 5352.242-9000 - Contractor Access to Air Force Installations NOTE: ALL OFFERORS MUST BE REGISTERED IN THE SYSTEM FOR AWARD MANAGEMENT (SAM) BEFORE BEING CONSIDERED FOR AWARD. Information concerning SAM requirements may be viewed via the internet at https://www.sam.gov or by calling the SAM Registration Center at 1-866-606-8220. Quotes must include vendor's CAGE code, and tax identification number (TIN). Shipping terms will be F.O.B. Destination, Tyndall AFB, FL 32403-5526 with inspection and acceptance at destination. ***Please ensure all quotes, questions, and correspondence is sent to A1C Joshua Lanoue as well as SrA Benjamin Nieto*** Please send quotes/questions to A1C Joshua Lanoue @ joshua.lanoue.1@us.af.mil or SrA Benjamin Nieto @ benjamin.nieto@us.af.mil NO LATER THAN 20 Jun 2014 12:00 PM CST. Phone: (850)283-8210.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9a41aa83a8d5d3b4f4ff5d3e96c639c1)
 
Place of Performance
Address: Tyndall AFB FL, Tyndall AFB, Florida, 32404, United States
Zip Code: 32404
 
Record
SN03386563-W 20140607/140605235002-9a41aa83a8d5d3b4f4ff5d3e96c639c1 (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.