Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2014 FBO #4662
SPECIAL NOTICE

30 -- ETV Extractor Drive

Notice Date
8/28/2014
 
Notice Type
Special Notice
 
NAICS
333612 — Speed Changer, Industrial High-Speed Drive, and Gear Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
F1M31A4223AW01
 
Archive Date
9/12/2014
 
Point of Contact
David Rios Chinas, Phone: 8439635163, Daniel C. Tureac, Phone: 8439633304
 
E-Mail Address
david.rios_chinas.1@us.af.mil, daniel.tureac@us.af.mil
(david.rios_chinas.1@us.af.mil, daniel.tureac@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTICE OF INTENT TO AWARD SOLE SOURCE THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. This is a notice of intent to award a sole source contract under statutory authority 10 USC 2304(c) (1), set forth in Federal Acquisition Regulation 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. The Reference Number is F1M31A4223AW01. The 628th Contracting Squadron, 101 E. Hill Blvd., Joint Base Charleston, intents to award a sole source contract for Lodige USA Inc. Elevating Transfer Vehicle Extractor Drive. The 628th Contracting Squadron intends to make an award to Lodige USA Inc. 25th/26th Floor Lexington Ave. 405, 10174 New York, NY. Market research was performed and information gathered in determining this company to be the only source for this requirement. In accordance with (IAW) FAR Part 5.207(c) (15) (ii), the proposed contract action is for services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1(b) (ii). This notice of intent to award is not a request for competitive proposals; however responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. A determination by the Government not to compete this requirement based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The justification for the sole source requirements as follows: In accordance with FAR 6.303-2: (1) Agency and Activity: 628 Contracting Squadron, Joint Base Charleston, SC (2) Nature of action being approved: Sole source acquisition. (3) The purpose of this acquisition is to provide the 437 Aerial Port Squadron an ETV Extractor Drive for the repair of an Elevating Transfer Vehicle. (4) Justification Rationale: IAW FAR 6.302-1(a) (2) Only one source is capable of providing the requirement due to the Custom Extractor drive the Elevating Transfer Vehicle needs. Lodige is the only manufacture for specific Extractor Drive. (5) Demonstration of Unique Qualifications: This exact ETV Extractor drive is only produced by Lodige USA Inc. and is the only Extractor drive that will work with a Lodige Elevating Transfer Vehicle. (6) Description of Solicitation Efforts: IAW FAR 5.102(a) (2), this notice will be posted on the Government-wide Point of Entry (FedBizOpps.gov), but retained in the contract file to document the rationale for a sole source award. (7) The contracting officer has determined that the anticipated cost to the Government will be fair and reasonable based upon previous awards made to similar products. (8) Description of market research: The required Elevated Transfer Vehicle Extractor Drive is proprietary to Lodige USA Inc. Lodige does not make this item commercially avalable. Extensive market research has been accomplished in order to confirm that no other sources have this Elevating transfer Vehicle Extractor drives available for purchase. (9) Other supporting facts: These Elevating Transfer Vehicles are being used throughout all branches of the Department of Defense and can only be purchased directly through Lodige USA Inc. (10) Interested Sources: Some other companies were found with similar products but none offered the required custom specifications that the Elevating transfer vehicle needs. (11) Actions to prevent barriers that may lead to restricted consideration in the future: The Government will continue to survey the market for other alternatives and to increase competition. (12) This justification is accurate and complete to the best of the contracting officer's knowledge and belief. Address questions to A1C David Rios, Contract Specialist, at (843) 963-5163, fax (843) 963-5183, email david.rios_chinas.1@us.af.mil The following provisions and/or clauses will apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors-Commercial Items. FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. FAR 52.212-4, Contract Terms and Condition-Commercial Items. The clause at FAR 52.212-5 (DEVIATION), Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. FAR 52.203-3 Gratuities. FAR52.203-6 Alt I Restrictions on Subcontractor Sales to the Government Alt I. FAR 52.204-4 Printed Copied Double-Sided or Recycled paper. FAR 52.204-7 Central contractor Registration. FAR 52.219-8 Utilization of Small Business Concerns. FAR 52.209-6 protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 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 52.222-26 Equal Opportunity. FAR 52.222-35Equal Opportunity for Disabled Veterans. Veterans of the Vietnam Era, or Other Eligible Veterans. FAR 52.222-36 Affirmative Action for Workers with disabilities. FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans-. FAR52.222-50 Combating Trafficking in Persons. FAR 52.222-.33 payment by Electronic Funds Transfer - Central Contractor Registration. FAR 52.233-3 Protest After Award. FAR 52.253-1 Computer Generated Forms. FAR 52.233-4 Applicable law for Breach of Contracts. FAR 52.242-13 Bankruptcy. DFARS 252.204-7004 Alt A Required Central Contractor Registration Alternate A. DFARS 252.212-7001 Disclosure of Ownership or Controlled by the Government of a Terrorist Country. DFARS 252.209-7004 Subcontracting with Ownership or Controlled by the Government of a Terrorist Country. DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items. DFARS 252.225-7001 Buy American Act or Balance of Payments Program. DFARS 252.225-7002 Qualifying country sources as Subcontractors. DFARS 252.225-7012 Preference for Certain Domestic Commodities. DFARS 252.232-7003 Electronic Submission of Payments Requests and Receiving Reports. DFARS 252.243-7002 Request for Equitable Adjustments, DFARS 252.247-7023 Alt III Transportation of Supplies by Sea, Alternate III. FAR 52.219-28 Post Award small business Program Representation. FAR 52.252-2 Clauses Incorporated by reference. With the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil. FAR 52.252-6 with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. DFARS 252.212-7001 (Dev) Contract Terms and Conditions Deviation. AFFARS 5352.223-9000 Elimination of use of Class Ozone Depleting Substances. AFFARS 5352.201-9101 Ombudsman. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the System for Award Management https://www.sam.gov, and at Area Work Flow (WAWF) at http://wawf.eb.mil. For more opportunities, visit http://www.airforcesmallbiz.org (see Contract Opportunities at the right side-bar. Direct link: http://airforcesmallbiz.org/opportunities/index.php Also see http://www.sba.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/F1M31A4223AW01/listing.html)
 
Place of Performance
Address: 101 E.Hill Blvd, Joint Base Charleston, Charleston, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN03486040-W 20140830/140829022719-bd6420d72750552afc242999746cbd7d (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.