Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2014 FBO #4642
SOLICITATION NOTICE

28 -- Re-manufactured Fuel Injectors and Turbochargers

Notice Date
8/8/2014
 
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
F4ATS04197AQ01
 
Archive Date
9/6/2014
 
Point of Contact
Tyler G. Schaeffer, Phone: 850-283-1173, James D. Sears, Phone: 850-283-8682
 
E-Mail Address
tyler.schaeffer@us.af.mil, james.sears.2@us.af.mil
(tyler.schaeffer@us.af.mil, james.sears.2@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
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; quotations are being requested and a written solicitation will not be issued. The solicitation reference number F4ATS04197AQ01 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-76. This acquisition is 100% set aside for small businesses under North American Industry Classification System (NAICS) code 811310. The small business size standard is $7,500,000. A firm-fixed price purchase order will be awarded in accordance with FAR Part 13. This RFQ consists of the following Contract Line Item Number(s) (CLIN): CLIN 0001 : Quantity 4 each Re-manufactured turbochargers Caterpillar "BRAND NAME" P/N 0R7164 or "Equal". Must be compatible with Caterpillar engines Model 3512, Serial numbers are 24Z09520 and 24Z09521. ** Return core shall be provided ** CLIN 0002 : Quantity 24 Re-manufactured fuel injectors Caterpillar "BRAND NAME" P/N 0R3052 or "Equal". Must be compatible with Caterpillar engines Model 3512, Serial numbers are 24Z09520 and 24Z09521. ** Return cores shall be provided ** ***If submitting an "Equal" item, offerors shall submit documentation demonstrating the "equal" meets all the salient physical, functional, and performance characteristics specified in the solicitation and submit all applicable literature with their quote. See FAR Clause 52.211-6 requirements regarding "Brand Name or Equal." All quotes must reflect FOB Destination.*** EVALUATION FACTORS: In accordance with FAR 52.212-2, Evaluation-Commercial Items, and FAR 52.211-6 Brand Name or Equal, the Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factor(s) considered. The following factors shall be used to evaluate offers: 1. Technical -must be Capterpillar BRAND NAME" P/N 0R7164 or "Equal". Must be compatible with Caterpillar engines Model 3512, Serial numbers are 24Z09520 and 24Z09521 -must be Caterpillar "BRAND NAME" P/N 0R3052 or "Equal". Must be compatible with Caterpillar engines Model 3512, Serial numbers are 24Z09520 and 24Z09521 2. Price Award will be made based on Lowest Price, Technically Acceptable offer. 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: FAR 52.204-7 - System for Award Management FAR 52.211-6 - Brand Name or Equal FAR 52.212-1 - Instructions to offerors FAR 52.212-2 - Evaluation-Commercial Items FAR 52.212-3 Alt I - Offeror Representations & Certification-Commercial Items FAR 52.212-4 - Contract Terms and 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 Compliace Reports FAR 52.222-25 - Affirmitive 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 Eletronic Funds Transfer FAR 52.233-3 - Protest After Award FAR 52.233-4 - Applicable Law for Breach of Contract Claim FAR 52.247-34 - F.O.B. Destination FAR 52.252-2 - Clauses Incorporated by Reference (http://farsite.hill.af.mil) FAR 52.252-5 - Authorized Deviations in Provisions ("Defense Federal Acquisition Regulation Supplement" and "Chapter 2") FAR 52.252-6 - Authorized Deviations in Clauses DFARS 252.203-7000 - Requirements Relating to Compenstaion of Former DoD Officials DFARS 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005 - Rerepresentation Relating to Compensation of Former DoD Officials DFARS 252.204-7004 Alt A - System for Award Management DFARS 252.225-7001 - Buy American Act and Balance of Payment Program DFARS 252.225-7002 - Qualifying Country Sources as Subcontractors DFARS 252.232-7003 - Electronic Submission of Payment Instructions DFARS 252.232-7006 - Wide Area Workflow Payment Instructions DFARS 252.232-7010 - Levies on Contract Payments DFARS 252.247-7023 - Transportation of Supplies by Sea AFFARS 5352.201-9101 - Ombudsman AFFARS 5352.223-9000 - Elimination of Use of Class I Ozone Depleting Substances (ODS) NOTE: ALL OFFERORS MUST BE REGISTERED IN THE SYSTEM FOR AWARD MANAGEMENT (SAM) BEFORE BEING CONSIDERED FOR AWARD. Vendor must be registered in SAM under NAICS 811310 and WAWF. 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. www.sam.gov www.wawf.eb.mil Please include shipping in price of items. This award will be made FOB Destination. If you have any questions, please contact: Tyler Schaeffer Contract Specialist 325th Contracting Squadron Tyndall AFB, FL 32403 tyler.schaeffer@us.af.mil (850) 283-1173 Alternate: James Sears Contract Specialist 325th Contracting Squadron Tyndall AFB, FL 32403 James.sears.2@us.af.mil (850) 283-1095 Interested parties must include, with their quote, their CAGE code, tax identification number (TIN), and delivery date. Shipping terms will be F.O.B. Destination, Tyndall AFB, FL with inspection and acceptance at destination.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2c10225f07a0a7ad63e8730ecb133cc7)
 
Place of Performance
Address: Panama City, FL, Tyndall AFB, Florida, 32403, United States
Zip Code: 32403
 
Record
SN03457875-W 20140810/140808235016-2c10225f07a0a7ad63e8730ecb133cc7 (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.