Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 02, 2014 FBO #4726
SOLICITATION NOTICE

51 -- Permaswage Swedging System

Notice Date
10/31/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333517 — Machine Tool Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
 
ZIP Code
84056
 
Solicitation Number
FA8224-15-R-SWAGE
 
Archive Date
11/25/2014
 
Point of Contact
Ed Needens, Phone: (801) 777-5326, James Jaramillo, Phone: (801) 586-7778
 
E-Mail Address
edward.needens@us.af.mil, james.jaramillo@us.af.mil
(edward.needens@us.af.mil, james.jaramillo@us.af.mil)
 
Small Business Set-Aside
N/A
 
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. This combined synopsis solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66. The Air Force intends to place a Single, Firm-Fixed Price order without discussions to the responsible offeror whose offer conforms to the delivery schedule at the lowest price. NAICS code 333517 - Size Standard 500 employees Synopsis: Proposed procurement for Permaswage Swedging system as outlined below. Schedule Of Items: CLIN 0001: Permaswage Swedging System, Qty 1 Lot, Firm Fixed Price (FFP) with delivery to Hill Air Force Base, Utah - 12-weeks after receipt of order. Part Number Description Quantity DLTFRPSKT3000 REPAIR KIT 1 DLT05MAPW0000 PWR UNIT ASSY 1 DLT10MAPW0000 PWR UNIT ASSY 1 DLT40MAPW0000 PWR UNIT ASSY 1 DLT05PSHA3004 HEAD ASSY 1 DLT10PSHA3005 HEAD ASSY 1 DLT10PSHA3006 HEAD ASSY 1 DLT20PSHA3008 HEAD ASSY 1 DLT20PSHA3010 HEAD ASSY 1 DLT30PSHA3012 HEAD ASSY 1 DLT40PSHA3016 HEAD ASSY 1 FOB: Destination therefore, shipping must be included in the unit and total price. Proposals must also include the Contractors Name, Cage Code, DUNS Number, Contact Name, Number and email address. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-06. FAR 52.212-1 Instructions to Offerors -- Commercial Items; FAR 52.212-2 Evaluation -- Commercial Items 52.212-4 Contract Terms and Conditions-Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. 52.211-17 Delivery of Excess Quantities52.252-2 Clauses Incorporated By Reference; FAR 52.209-7 Information Regarding Responsibility Matters FAR 52.222-3 Convict Labor; FAR 52.233-3 Protest after award; FAR 52.233-4 Applicable Law for Breach of Contracts; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-14 Limitations on Subcontracting; FAR 52.219-28 Post-Award Small Business Program Representation; 52.247-34 F.O.B Destination NOV 1991 52.232-33 Payment by Electronic Funds Transfer--System for Award Management JUL 2013 52.246-17 Warranty of Supplies 52.233-3 Protest After Award AUG 1996 DFARS 252.211-7003 Item Unique Identification and Valuation DFARS 252.225-7001 Buy American Act and Balance of Payment Programs; DFARS 252-232-7003 Electronic Submission of Payment Requests; DFARS 252.247-7023 Transportation of Supplies by Sea, Alternate III; 252.225-7035 Buy American Act--Free Trade Agreements--Balance of Payments Program Certificate DFARS 252.225.7036 Buy American Act - Free Trade Agreements - Balace of Payments Program DFARS 252.204-7004 System For Award Management DFARS 252.212-7001 Contract Terms and Conditions (Deviation); AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substance; AFFARS 5352.201-9101 OMBUDSMAN FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items;Offerors must complete the following representations when the resulting contract is to be performed in the United States or its outlying areas. Check all that apply. (1) Small business concern. The offeror represents as part of its offer that it [_] is, [_] is not a small business concern. (2) Veteran-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it [_] is, [_] is not a veteran-owned small business concern. (3) Service-disabled veteran-owned small business concern. [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(2) of this provision.] The offeror represents as part of its offer that it [_] is, [_] is not a service-disabled veteran-owned small business concern. (4) Small disadvantaged business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, for general statistical purposes, that it [_] is, [_] is not, a small disadvantaged business concern as defined in 13 CFR 124.1002. (5) Women-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it [_] is, [_] is not a women-owned small business concern. The offeror has completed the annual representations and certifications electronically via the SAM website accessed through https://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201). SAM Registration All prospective offerors must obtain a DUNS number, have an "active" Cage Code, and maintain Online Representations and Certifications Application at https://www.sam.gov/portal/public/SAM/ in order to transact business with the Government. Failure to comply with the above mentioned regulations will result in an award to the next otherwise successful registered Offeror. Question SUBMISSION: Questions related to this combined synopsis / solicitation shall be received, via email, to edward.needens@us.af.mil not later than 11:00 AM MST November 6, 2014. It is the Contractor's responsibility to ensure that questions are received by the Contracting Department within the required timeframe. Any questions received after the time and date listed above will not be addressed. Offers must be received by the date and time posted within this notice to be considered for award. All offers shall be emailed directly to Ed Needens at edward.needens@us.af.mil and James Jaramillo at james.jaramillo@us.af.mil The offeror shall ensure the Contracting point of contact acknowledges receipt of their electronic proposal for verification of delivery and acceptance in either email inbox. It is solely the Contractor's responsibility to ensure quotes are received within the required timeframe. FAX COPIES CANNOT BE ACCEPTED All current and/or future information about this acquisition, i.e., amendments, purchase specification, and Q &A's will be distributed through FBO. Therefore, interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8224-15-R-SWAGE/listing.html)
 
Place of Performance
Address: 309 AMXG, Hill Air Force Base, Utah, 85046, United States
Zip Code: 85046
 
Record
SN03563365-W 20141102/141031234129-a0091ba12091bf58cfc54f271761f0ab (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.