Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2014 FBO #4631
SOLICITATION NOTICE

25 -- HWD Maintenance and Training, F4ATA44140A001 - Attachment #1 - HWD Maintenance

Notice Date
7/28/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
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
F4ATA44140A001
 
Archive Date
9/11/2014
 
Point of Contact
Nicholas M. Hopkins, Phone: 8502834940, Reginald Johnson, Phone: 8505230061
 
E-Mail Address
nicholas.hopkins.2@us.af.mil, reginald.johnson.19@us.af.mil
(nicholas.hopkins.2@us.af.mil, reginald.johnson.19@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment #2 to Solicitation F4ATA4410A001 Attachment #1 to Solicitation F4ATA44140A001 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/quotes are being requested, and a written solicitation will not be issued. FAR Part 13 procedures are being utilized. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-69. The solicitation reference number is F4ATA44140A001 and this solicitation is being issued as a request for quote (RFQ). This acquisition will be a Small Business set-aside under North American Industry Classification System (NAICS) code 811310. Due to the government's mission, the contractor will be notified of a definitized performance period for each CLIN on an individual basis. The notification will take place no later than 2 weeks prior to the start of performance. CLIN 0001: Provide (Quantity: 1, Unit of Issue: Each) preventative maintenance on Dynatest Heavyweight Deflectometer Systems trailer 026 and Dynatest installed power/control systems for associated Tow Vehicle in accordance with Attachment #1, dated 11 July 2014. Delivery/Performance Date: 1 October 2014 - 30 September 2015 Place of Delivery: AFCEC/COAP 1053 Mississippi Rd. Bldg. 1138 Tyndall AFB, FL. Acceptance: MSgt Robinson Hidalgo AFCEC/COAP 1053 Mississippi Rd. Bldg. 1138 Tyndall AFB, FL. CLIN 0002: Provide (Quantity: 1, Unit of Issue: Each) preventative maintenance on Dynatest Heavyweight Deflectometer Systems trailer 094 and Dynatest installed power/control systems for associated Tow Vehicle in accordance with Attachment #1, dated 11 July 2014. Delivery/Performance Date: 1 October 2014 - 30 September 2015 Place of Delivery: AFCEC/COAP 1053 Mississippi Rd. Bldg. 1138 Tyndall AFB, FL. Acceptance: MSgt Robinson Hidalgo AFCEC/COAP 1053 Mississippi Rd. Bldg. 1138 Tyndall AFB, FL. CLIN 0003: Provide (Quantity: 1, Unit of Issue: Each) preventative maintenance on Dynatest Heavyweight Deflectometer Systems trailer 103 and Dynatest installed power/control systems for associated Tow Vehicle in accordance with Attachment #1, dated 11 July 2014. Delivery/Performance Date: 1 October 2014 - 30 September 2015 Place of Delivery: AFCEC/COAP 1053 Mississippi Rd. Bldg. 1138 Tyndall AFB, FL. Acceptance: MSgt Robinson Hidalgo AFCEC/COAP 1053 Mississippi Rd. Bldg. 1138 Tyndall AFB, FL. CLIN 0004: Provide (Quantity: 1, Unit of Issue: Each) preventative maintenance on Dynatest Heavyweight Deflectometer Systems trailer 139 in accordance with Attachment #1, dated 11 July 2014. Delivery/Performance Date: 1 October 2014 - 30 September 2015 Place of Delivery: AFCEC/COAP 1053 Mississippi Rd. Bldg. 1138 Tyndall AFB, FL. Acceptance: MSgt Robinson Hidalgo AFCEC/COAP 1053 Mississippi Rd. Bldg. 1138 Tyndall AFB, FL. CLIN 0005: Provide (Quantity: 1, Unit of Issue: Lot) training on Dynatest Heavyweight Deflectometer in accordance with Attachment #2, dated 11 July 2014. Delivery/Performance Date: 1 October 2014 - 1 January 2015 Place of Delivery: AFCEC/COAP 1053 Mississippi Rd. Bldg. 1138 Tyndall AFB, FL. Acceptance: MSgt Robinson Hidalgo AFCEC/COAP 1053 Mississippi Rd. Bldg. 1138 Tyndall AFB, FL. Evaluation will be based on the lowest price technically acceptable (LPTA) which will be determined to represent the Best Value. In order to be considered for award, vendor must adhere to all quotation requirements detailed herein. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. The following FAR/DFARS/AFFARS provisions/clauses apply to this acquisition: 52.203-3 - Gratuities 52.203-6 Alt I - Restrictions on Subcontractor Sales to the Government 52.203-13 - Contractor Code of Business Ethics and Conduct (> $5M & POP > 120 days) 52.204-4 - Printed or Copied Double-Sided on Recycled Paper 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 - Protecting the Gov'ts Interests when Sub with Contractors debarred, Suspended or Proposed for Debarment 52.212-1 - Instructions to Offerors - Commercial Items 52.212-2 - Evaluation - Comercial Items 52.212-3 - Offeror Representations and Certifications - Commercial Items 52.212-4 - Contract Terms and Conditions-Commercial Items 52.212-5 Deviation - Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Full Text) 52.219-6 - Notice of Total Small Business Set-Aside Alternate I SBA has waived the nonmanufacturer rule (see 19.102(f)(4) & (5))Alternate II When including FPI in competition in accordance w/19.504. 52.219-8 - Utilization of Small Business Concern 52.219-14 - Limitations on Subcontracting 52.219-25 - Small Disadvantaged Business Participation - Disadvantaged Status & Reporting 52.219-28 - Post-Award Small Business Program Representation (Full Text) 52.222-3 - Convict Labor --- 52.222-19 - Child Labor - Cooperation with Authorities and Remedies 52.222-21 - Prohibition of Segregated Facilities 52.222-22 - Previous Contracts and Compliance Reports 52.222-26 - Equal Opportunity 52.222-35 - Equal Opportunity for Veterans 52.222-36 - Affirmative Action for Workers with Disabilities 52.222-37 - Employment Reports on Veterans 52.222-40 - Notification of Employee Rights Uncer the National Labor Relations Act 52.222-50 - Combat Trafficking Persons (Alt I if performance is outside U.S.) 52.223-18 - Contractor Policy to Ban Text Messaging While Driving 52.232-33 - Payment by Electronic Funds Transfer-CCR 52.233-3 - Protest After Award 52.233-4 - Applicable Law for Breach of Contract Claim 52.246-16 - Responsibility for Supplies 52.247-34 - F.O.B. Destination 52.247-55 - F.O.B. Point for Delivery of Gov't-Furnished Property 52.252-2 - Clauses Incorporated by Reference (Insert: http://farsite.hill.af.mil) (Full Text) 52.252-6 - Authorized Deviations in Clauses (Full Text) 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights 252.205-7000 - Provision of Information to Cooperative Agreement Holders (>$1M) 252.209-7004 - Subcontracting with Firms That Are Owned/Controlled by the Gov't of a Terrorist Country 252.219-7003 - Small Business Subcontracting Plan (>$650K and awarded to LB) 52.225-7001 - Buy American Act and Balance of Payment Program 252.225-7002 - Qualifying Country Sources as Subcontractors (if 252.225-7001 applies) 252.225-7012 - Preference for Certain Domestic Commodities 252.225-7015 - Restriction on Acquisition of Hand or Measuring Tools 252.232-7003 - Electronic Submission of Payment Request & Receiving Reports 252.232-7006 - Wide Area Workflow Payment Instruction 252.232-7010 - Levies on Contract Payments 252.247-7023 - Transportation of Supplies by Sea 5352.201-9101 - Ombudsman 52.222-48 Exemption from Application of the Service Contract Act for Maint. Calibration, or Repair of Certain Equip Certification, in solicitations that-- (i) Include the clause at 52.222-41, Service Contract Act of 1965; and (ii) The contract may be exempt from the Service Contract Act in accordance with 22.1003-4(c). Offerors shall complete a copy of the Online Offeror Representations and Certifications Application. Please refer to https://www.sam.gov/portal/public/SAM/ for information regarding the Online Representation and Certification Application process. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE SYSTEM FOR AWARD MANAGEMENT (SAM) AS A SMALL BUSINESS UNDER NAICS 811310 TO BE CONSIDERED FOR AWARD. Information concerning SAM requirements may be viewed via the internet at http://www.sam.gov or by SAM Service Desk http://www.FSD.gov, or 1-866-606-8220. Information concerning SAM requirements may be viewed via the internet https://www.sam.gov/portal/public/SAM/ or by calling the Federal Service Desk at 1-866-606-8220 Interested parties must include, with their quote, their CAGE code, tax identification number (TIN), and delivery date. Quotes should be transmitted by e-mail. The point of contact for this solicitation is: SrA Nicholas Hopkins Contract Specialist 325th Contracting Squadron (850) 283-4940 E-mail: nicholas.hopkins.2@us.af.mil Quotes need to be received by 27 August 2014, 1400 (CST).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5cba60cf052a63e2340ca3edcee6695d)
 
Place of Performance
Address: See Description, Tyndall AFB, Florida, 32403, United States
Zip Code: 32403
 
Record
SN03439817-W 20140730/140728234654-5cba60cf052a63e2340ca3edcee6695d (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.