SOLICITATION NOTICE
52 -- Intercomp Co. JW200 Load Cell Assembly (Part Number 140227) - FA8101-15-Q-0004 CSS
- Notice Date
- 11/19/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333997
— Scale and Balance Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, PK/PZ Tinker AFB, 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015, United States
- ZIP Code
- 73145-3015
- Solicitation Number
- FA8101-15-Q-0004
- Archive Date
- 12/11/2014
- Point of Contact
- Ernest Harold Perkins, Phone: 405-739-3745, Sadie Kovash, Phone: 4057344622
- E-Mail Address
-
ernest.perkins.3@us.af.mil, sadie.kovash@tinker.af.mil
(ernest.perkins.3@us.af.mil, sadie.kovash@tinker.af.mil)
- Small Business Set-Aside
- N/A
- Description
- T.O. 33AA14-2-1 Universal Jack Tester Illustrated Part Breakdown and Part List FA8101-15-Q-0004 COMBINED SYNOPSIS/SOLICITATION COMBINED SYNOPSIS/SOLICITATION IAW FAR 12.603 SOLICITATION NUMBER: FA8101-15-Q-0004 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 solicitation is issued as a Request for Quote (RFQ), for a firm fixed type contract. The solicitation document and incorporated provisions and clauses are those in effect through the most current Federal Acquisitions Circular FAC 05-77. All responsible sources may submit a quotation in response to this solicitation, which shall be considered. A contract may be awarded resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is most advantageous to the Government. The Air Force Sustainment Center (AFSC/PZIOB) at Tinker Air Force Base, Oklahoma, intends to award one firm fixed price contract for the acquisition of item(s) listed below. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. The Government intends to select one contractor; however, the Government reserves the right to award no contract at all, depending on the quality of the proposals/quotes, prices submitted, and the availability of funds. Requirement Overview: Intercomp Co. JW200 Load Cell Assembly (Part Number 140227) Required Delivery Date (RDD): 28 days (4 weeks) after date of contract (ADC) NOTE: offers exceeding RDD do not meet the terms and conditions of this solicitation Delivery Information: FOB Destination, Tinker AFB, OK NOTE: offers with FOB Origin do not meet the terms and conditions of this solicitation Inspection and Acceptance: Inspection and acceptance of the item will be performed at Tinker AFB, Oklahoma Warranty Type: Standard commercial warranty Competition Requirement: It is Government's intention to award a sole source to Intercomp Co. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the Agency. NAICS Code: 333997 Size Standard: 500 Employees Other Pertinent Information: See attached Illustrated Part Breakdown and part list from T.O. 33AA14-2-1. Payment Information: Payments shall be made for items accepted by the Government that have been delivered to the delivery destination. NOTE: offers requiring advanced or progress payments do not meet the term and conditions of this solicitation. Required Registration by all Contractors: In order to do business with the government, it is mandatory per Federal Acquisition Regulation (FAR) 52.212-3, Offeror Representations and Certifications - Commercial Items, that all offerors must be registered with: •· System for Award Management (SAM) ( www.sam.gov ) NOTE: Contact the POC on the website for information and guidance regarding these registrations Applicable Clauses/Provisions (Federal Acquisition Regulation http://farsite.hill.af.mil/farsite.html): FAR 52.212-1, Instructions to Offerors - Commercial Items FAR 52.212-2, Evaluation - Commercial Items FAR 52.212-3, Offeror Representations and Certifications - Commercial Items FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders FAR 52.225-18, Place of Manufacture (Sep 2006) (a) Definitions. As used in this clause- "Manufactured end product" means any end product in Federal Supply Classes (FSC) 1000-9999, except- (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. "Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. (b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly- (1) [ ] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) [ ] Outside the United States. (End of provision) DFARS 252.225-7001, Buy American Act Contract Line Items (CLINs): CLIN # Item Quantity Unit of Issue 0001 Intercomp Co. JW200 Load Cell Assembly 1 EA Description: Intercomp Part Number 140227. IT IS THE GOVERNMENT'S INTENTION TO AWARD SOLE SOURCE TO INTERCOMP CO. ALL RESPONSIBLE SOURCES MAY SUBMIT A BID, PROPOSAL, OR QUOTATION WHICH SHALL BE CONSIDERED BY THE AGENCY. Proposal Submission Requirements •· Register company at System for Award Management (SAM) ( www.sam.gov ) •· Ensure proposal meets all terms and conditions of this solicitation •· Provide any documentation to support technical acceptability •· Answer response in DFARS 252.209-7997 and FAR 52.225-18 above and complete this form below •· Submit completed proposal to Contract Specialist named below Company Information Company Name Cage Code DUNS Code Street Address City State Zip Code Phone Number Fax Number Website Business Type (In Accordance With FAR 19.001, http://farsite.hill.af.mil/farsite.html ) Example is business: large, small, 8(a), etc Point of Contact Information Point of Contact Name Telephone Number Email Address Quote/Proposal Information CLIN Requirement Quantity Unit of Issue Price Per Unit (Firm Fixed Price) Total Price (Firm Fixed Price) 0001 Intercomp Co. JW200 Load Cell Assembly 1 EA $ $ Total Proposed Price For All CLINs $ The LPTA quote that conforms to the RFQ may be selected for award. In order to be technically acceptable and conform to the RFQ, the offeror must propose exactly in accordance with the item description reflected above. No deviations will be accepted. Discount Terms (NET 30 if unspecified): Days Required for Delivery: FOB Destination Compliance (circle one): YES NO (see Delivery Information pg 1) Carefully review all documents before signing Offerors Authorized Representative's Typed or Printed Name Position or Title Offerors Authorized Representative's Signature Date Proposal Submission Information (emailed proposals are preferred): Quotations are due at Tinker AFB by 12:00 PM, CST, 26 November 2014. Ernest H. Perkins, Jr. Contract Specialist Phone: 405-739-3745 E-mail: ernest.perkins.3@us.af.mil DO NOT TRANSMIT CLASSIFIED INFORMATION OVER UNSECURED TELECOMMUNICATIONS SYSTEMS. OFFICIAL DOD TELECOMMUNICATIONS SYSTEMS ARE SUBJECT TO MONITORING. USE OF DOD TELECOMMUNICATIONS SYSTEMS CONSTITUTES CONSENT TO MONITORING.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8101-15-Q-0004/listing.html)
- Record
- SN03576630-W 20141121/141119234127-1357befa5ca03cb8aa382008f16c4824 (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 |