SOLICITATION NOTICE
30 -- Fire Truck Transmission
- Notice Date
- 8/22/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336350
— Motor Vehicle Transmission and Power Train Parts Manufacturing
- Contracting Office
- Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th CONS, 1349 Lutman Drive, Joint Base Andrews, Maryland, 20762-6500, United States
- ZIP Code
- 20762-6500
- Solicitation Number
- F1D3494029AA01
- Archive Date
- 9/20/2014
- Point of Contact
- Steven G. Joseph, Phone: 2406125626, James S. Barrett, Phone: 2406125653
- E-Mail Address
-
steven.g.joseph2.mil@mail.mil, james.s.barrett25.mil@mail.mil
(steven.g.joseph2.mil@mail.mil, james.s.barrett25.mil@mail.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; proposals are being requested and a written solicitation will not be issued. The solicitation number for this procurement is F1D3494029AA01. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-62. This requirement is set aside 100% for small businesses. The North American Industry Classification System (NAICS) code is 336500 with a 750 employee size standard. Award will be based on Lowest Price Technically Acceptable (LPTA). Written proposals are required (oral offers will not be accepted). Only one contract will be awarded. The Government will award a firm fixed price contract for a replacement transmission for a A/S32P-23 Fire Truck. The part number for this tranmission is 26-0300-01-R. The following items/services are being procured: ITEM(S) REQUIRED: Replacement Transmission Minimum Salient Characteristics: QTY 1 CLIN 0001 Replacement Transmission for A/S32P-23 Fire Truck. Part number 26-0300-01-R Or Equals are acceptable Performance address: 11TH Logistics Readiness Squadron 3320 Pennsylvania Avenue Joint Base Andrews, MD 20762 PLEASE NOTE: THE CORE WILL BE RETURNED WITHIN 45 DAYS. It is the vendor's responsibility to be familiar with all applicable clauses and provisions. All FAR/DFARS/AFFARS clauses and provisions may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The following provisions are applicable: 52.212-1 - Instructions to Offerors - Commercial; 52.212-2 - Evaluation -- Commercial Items. EVALUATION PROCEDURES: The government will award a contract resulting from this solicitation on the basis of a ‘Lowest Price Technically Acceptable' (LPTA) approach. An award will be made to the lowest evaluated offer that is technically acceptable. The government may communicate with an offeror in order to clarify or verify information submitted in their offer.; 52.212-3 - Offerors Representations and Certifications - Commercial Items. All offerors must submit representations and certifications in accordance with this provision along with their offer. This provision can be downloaded from the internet via http://farsite.hill.af.mil/ or from https://www.sam.gov/ if registered in SAM (System for Award Management). Offerors that fail to furnish the required representation information or that reject the terms and conditions of the solicitation may be excluded from consideration. 52.214-31 - Facsimile Bids (Dec 1989); 52.252-1 - Solicitation Provisions Incorporated by Reference (Feb 1998). The following clauses are applicable: 52.204-7 - System for Award Management Registration Deviation (Jul 2013) 52.212-4 - Contract Terms and Conditions - Commercial Items (June 2010); 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2011) (DEVIATION); 52.219-6 - Notice of Total Small Business Set-Aside (Nov 2011) 52.222-3 - Convict Labor (Jun 2003); 52.222-19 - Child Labor-Cooperation with Authorities and Remedies (Jul 2010); 52.222-21 - Prohibition of Segregated Facilities (Feb 1999); 52.225-13 - Restrictions on Certain Foreign Purchases (Jun 2008); 52.223-3 - Hazardous Material Identification and Material Safety Data (Jan 1997); 52.233-3 - Protest After Award (Aug 1996); 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004); 52.252-2 - Clauses Incorporated by Reference (Feb 1998) 52.252-6 - Authorized Deviations in Clauses (Feb 1998) 252.204-7004 - Alternate A, Central Contractor Registration (May 2013); 252.212-7001 - Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2011) (DEVIATION) applies to this acquisition and specifically the following clauses under paragraph (b) are applicable; 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (June 2012); 252.232-7006 - Wide Area Workflow Payment Instructions (May 2013); To be eligible for an award, contractors must be registered in the System for Award Management (SAM) database. A contractor can contact the SAM database by calling 1-888-227-2423 or e-mail at http://www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow (WAWF). You can register at https://wawf.eb.mil/. Quotations must be received no later than 12:00 pm Eastern Standard Time, Friday, September 5, 2014. Offers shall be e-mailed to the point-of-contact below with contractors name listed in the subject block. The Government Primary point-of-contact is STEVEN JOSEPH and can be reached at steven.g.joseph2.mil@mail.mil. The Government Secondary point-of-contact is JAMES BARRETT and can be reached at james.s.barrett25.mil@mail.mil. An official authorized to bind your company shall sign and date the proposal. Late replies to the Combined Synopsis/Solicitation will be processed in accordance with FAR 52.212-1(f), "Late submission: modifications, revisions and withdrawals of offers." Questions regarding this solicitation will no longer be accepted after August 29, 2014 at 12:00 pm Eastern Standard Time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/F1D3494029AA01/listing.html)
- Place of Performance
- Address: 11th Logistics Readiness Squadron, 3320 Pennsylvania Avenue, Joint Base Andrews, Maryland, 20762, United States
- Zip Code: 20762
- Zip Code: 20762
- Record
- SN03477915-W 20140824/140823000125-0e61c61cd4ffcb34765baf7716263ddc (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 |