SOLICITATION NOTICE
16 -- KC-135R ENGINE INTAKE COVERS AND CUSTOM PRINT
- Notice Date
- 8/11/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- 134 ARW/MSC, McGhee Tyson ANG Base, McGhee Tyson ANG Base, TN 37777
- ZIP Code
- 37777
- Solicitation Number
- W912L7-15-Q-0006
- Response Due
- 8/19/2015
- Archive Date
- 10/10/2015
- Point of Contact
- richard.lusby, 865-336-3353
- E-Mail Address
-
134 ARW/MSC
(richard.lusby@ang.af.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 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. I) 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. (II) Solicitation W912L7-15-Q-0006 is being issued as a Request for Quote. (III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-83. (IV) This acquisition is being set-aside for small business concerns. The associated NAICS code for this acquisition is336413, small business size standard is 1000 employees. (V) COMMERCIAL ITEM DESCRIPTION: CLIN 0001- KC-135R INTAKE - 10 Sets (each set comprised of 4 intake covers) aircraft intake engine covers. Intake engine covers for the KC-135R model, CFM56 engine. Material color: Black, Four (4) covers per set KC-135R Tambourine type double fold. Intake covers shall be designed to be easily installed by no more than two persons. Shall be a flat vinyl fabric panel built around a double folding circular frame made of foam-padded stainless steel tubing, with stainless steel and aluminum components (high-grade, to prevent corrosion). Each cover shall attach at two points on the nacelle (3 O clock and 9 O clock positions) with ball-lock pins. Shall fold twice, down to a dimension of about 56 in x 24 inch x 4 inch, and shall come with storage cases. Shall have a screen mesh panel in the center to help prevent sail effect during windy conditions. Mesh panel size no less than 10 inch X 14 inch. CLIN 0002 - CUSTOM PRINT - Contractor to imprint each engine intake cover described under Item 0001 with 134th ARW (Curved along top), (Tennessee Power) T in orange in the middle, VOLUNTEERS (Curved Across the bottom) with Orange Text, Black Background as in drawing and picture attached. (VI) Contractor shall provide all materials, equipment, installation and labor necessary to complete requirements as listed in the attached statement of requirement and drawing (VII) Place of Delivery: 134 Briscoe Drive, Louisville, TN 37777, FOB POINT IS DESTINATION. (VIII) The following provisions in their latest editions apply to this solicitation: FAR 52.212-1, Instructions to Offerors, Commercial Items. (IX) The FAR provision 52.212-2, Evaluation -- Commercial Items, also applies to this acquisition The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government, price and other factors considered. Factors that shall be used to evaluate offers are (i) technical capability of the item offered to meet the Government requirement and (ii) price. Technical is considered to be equally important to price. The contracting officer will award to the offeror whose offer represents best overall value to the Government, which may or may not be the lowest priced offer. The Government intends to evaluate offers and make award without discussions. However, the Government reserves the right to hold discussions if it is in the best interest of the Government to do so. Technical capability will be rated as pass or fail. Quotes must provide information on price, delivery, Tax ID number, Cage Code and DUNS number. Additionally, your company must be registered in the CCR System as well as registered and have completed the online Reps and Certs at the following website: https://www.sam.gov Technical package must include product data for items offered. Contractors must also provide in this package a statement as to their understanding of required work and how it will be performed. Failure to submit this information will result in that package being deemed as non-responsive. (X) FAR 52.212-3 (Alt 1), Offerors Representations and Certifications, Commercial Items. Offerors shall include a completed copy as part of their quote. A copy of the Offerors Representations and Certifications may be obtained from (http://farsite.hill.af.mil). However, vendor must complete the Reps and Certs as stated in section (IX) above at https://www.sam.gov. (XI) FAR 52.212-4, Contract Terms and Conditions is incorporated by reference and applies to this acquisition with the following addendum: DFARS 252.204-7004, Alt A, System for Award Management. (XII) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEVIATION). Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. (XIII) The following clauses are incorporated by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this website http://farsite.hill.af.mil: 52.204-7, System for Award Management; 52.204-10, Reporting Executive Compensations and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting With Contactors Debarred, Suspended, or Proposed for Debarment; 52.215-5, Facsimile Proposals; 52.219-1, Alt I, Small Business Program Representations; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post-Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-22, Previous Contracts and Compliance Reports; 52.222-25, Affirmative Action Compliance; 52.222-36, Affirmative Action for Workers With Disabilities; 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policies to Ban Test Messaging While Driving: 52.225-13, Restriction on Certain Foreign Purchases; 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran Representation and Certification; 52.232-33, Payment by Electronic Funds Transfer- System for Award Management; 52.232-39, Unenforceability of Unauthorized Obligations; 52.233-1, Disputes; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.247-34, F.O.B. Destination; 52.252-1, Solicitation Provisions and Contract Clauses (http://farsite.hill.af.mil); 52.252-2, Clauses incorporated by Reference (http://farsite.hill.af.mil); 52.253-1, Computer Generated Forms 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.204-7003, Control of Government Personnel Work Product 252.204-7004 Alt A, System for Award Management; 252.204-7006, Billing Instructions; 252.225-7036 Buy American-Free Trade Agreements--Balance of Payments Program; 252.225-7048, Export-Controlled Items; 252.232-7003, Electronic Submission of Payment requests and Receiving Reports; 252.232-7010, Levies on Contract Payments; 252.243-7001, Pricing of Contract Modifications; Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address below. All answers (on a non-attribution basis) will be posted on the FedBizOps (https://www.fbo.gov) web site. They will be contained in a document titled Questions and Answers. Offerors are requested to submit questions to the email address noted below not later than 17 August 2015. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in Central Contractor Registration (https://www.sam.gov ). (XIV) N/A. (XV) Quotes will be due to the 134ARW/MSC 123 Briscoe Drive, Louisville, TN 37777, by 19 Aug 2015, 2:00 P.M. Eastern Standard Time. Email quotes will be accepted at richard.lusby@ang.af.mil. Quotes may also be faxed to 865-336-3335. (XVI) Point of Contact is SMSgt Richard Lusby (865) 336-3353 or email richard.lusby@ang.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA40-1/W912L7-15-Q-0006/listing.html)
- Place of Performance
- Address: 134 ARW/MSC McGhee Tyson ANG Base, McGhee Tyson ANG Base TN
- Zip Code: 37777
- Zip Code: 37777
- Record
- SN03833645-W 20150813/150812000416-6370f2345881d3835a95cc748ddd8319 (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 |