MODIFICATION
59 -- RMT-8 AC/DC Power Supply
- Notice Date
- 9/17/2014
- Notice Type
- Modification/Amendment
- NAICS
- 335912
— Primary Battery Manufacturing
- Contracting Office
- Department of the Air Force, Air Combat Command, 7 CONS, 381 Third Street, Dyess AFB, Texas, 79607-1581
- ZIP Code
- 79607-1581
- Solicitation Number
- F1RTBG4254A001
- Archive Date
- 10/4/2014
- Point of Contact
- Vitaliy N. Poprozhuk, Phone: 3256962679, David J. Alvarez, Phone: 3256967874
- E-Mail Address
-
vitaliy.poprozhuk@us.af.mil, david.alvarez.1@us.af.mil
(vitaliy.poprozhuk@us.af.mil, david.alvarez.1@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- DEPARTMENT OF THE AIR FORCE 7TH CONTRACTING SQUADRON (ACC) 381 Third Street Dyess AFB, Texas, United States 79607 PREPARED BY: Vitaliy N. Poprozhuk Combined Synopsis/Solicitation RMT-8 AC/DC Power Supply SOLICITATION DATE: 16 September 2014 QUOTES DUE: NLT 10 CST, 19 September 2014 Requesting Agency: 10th ASOS FT. Riley, KS, United States Purchasing Agency: 7th Contracting Squadron - 7 CONS/LGCA Dyess Air Force Base, Texas, United States 79607 This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitues the only solicitation; quotes are being requested and a written solitication will not be issued. This solicitation is issued as a request for quotation IAW FAR Part 12 and 13. Submit written quotes in reference to Request for Quote (RFQ) reference number F1RTBG4254A001. This requirement is a 100% total small business set-aside IAW FAR 19.502-2. The NAICS code for this requirement is 335912, Primary Battery Manufacturing, with a small business size standard of 1000 EMP. The 7th Contracting Squadron, Dyess AFB, TX, requires the following: CLIN 0001: RMT-8 AC/DC power supply. Part No. RMT-8 "Brand Name or Equal." (19 EA) CLIN 0002: Shipping and Handling (1 EA) This is a Brand Name or Equal requirement. Any "Or Equal" proposal received will be sent to the technical advisor for compatibility or functionality. The Government also reserves the right to make no award at all. Prices shall be all inclusive (i.e. all material, transportation, labor, etc.), with the exception of replacement parts. Prices shall be quoted in USD ($) and quotes shall be valid for a minimum of 60 days. Quote Specifics: DUE DATE: Quotes are due to this office NLT 10:00 am CST, 19 September 2014. Quotes may be sent via e-mail to A1C Vitaliy N. Poprozhuk vitaliy.poprozhuk@us.af.mil General Information: All quotes must include the following general information: Company's or individual's complete mailing and remittance address. Discount for prompt payment - if any Quotes must be valid for a period of no less than 60 days. Evaluation of Quotes: The sections of the quote will be evaluated in the following manner: General Information: This section will not be evaluated for award under lowest priced. It is primarily used for identification purposes. AWARD BASIS: The Government will award to the vendor whose quotation is determined to be the lowest price technically acceptable. Primary point of contact: Contract Specialist: Vitaliy N. Poprozhuk TEL: +1(325)696-2679 or EM: vitaliy.poprozhuk@us.af.mil Secondary Point of contact: Contracting Officer: David J. Alvarez TEL: +1(325)696-7874 or EM: david.alvarez.1@us.af.mil PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet at http://farsite.hill.af.mil): FAR 52.204-7, System for Award Management; FAR 52.204-13, System for Award Management Maintenance; FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government; FAR 52.204-10, Reporting Executive Compensation and First-tier Subcontract Awards; FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-14, Limitations on Subcontracting; 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 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Veterans; 52.222-41, Service Contract Labor Standards, FAR 52.222-54, Employment Eligibility Verification; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252.204-7003, Control of government personnel work product; DFARS 252-204-7004 Alt A, Required Central Contractor Registration (52.204-7) Alternate A, DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of contract modifications. FAR 52.203-3, Gratuities; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD officials; DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.225-7012, Preference for Certain Domestic Commodities; DFARS 252.225-7036, Buy American Act - Free Trade Agreements - Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.243-7002, Requests for Equitable Adjustment; DFARS 252.247-7023, Notification of transportation of Supplies by Sea. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full text: AFFARS 5352.201-9101, Ombudsman Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.sam.gov. Lack of registration in the SAM database will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. In accordance with FAR 13.004 -- Legal Effect of Quotations the following information is provided in regards to quotations. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier's quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. When appropriate, the contracting officer may ask the supplier to indicate acceptance of an order by notification to the Government, preferably in writing. In other circumstances, the supplier may indicate acceptance by furnishing the supplies or services ordered or by proceeding with the work to the point where substantial performance has occurred. If the Government issues an order resulting from a quotation, the Government may (by written notice to the supplier, at any time before acceptance occurs) withdraw, amend, or cancel its offer.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/7CONS/F1RTBG4254A001/listing.html)
- Place of Performance
- Address: BLDG. 582 Carpenter Ave, Ft. Riley, Kansas, 66442, United States
- Zip Code: 66442
- Zip Code: 66442
- Record
- SN03517094-W 20140919/140918001143-2c3314e6e9305a682d68ecc4f294e4e3 (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 |