Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2015 FBO #5041
SOLICITATION NOTICE

42 -- Rescue System P-16 - PowerHawk P-16 Specifications

Notice Date
9/10/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 325 CONS, 501 Illinois Ave Ste B, Tyndall AFB, Florida, 31005, United States
 
ZIP Code
31005
 
Solicitation Number
F4A3615201AW01
 
Archive Date
10/2/2015
 
Point of Contact
Mary L. Humose, Phone: 8502838599, Matthew D. Crum, Phone: 8502838631
 
E-Mail Address
mary.humose.1@us.af.mil, matthew.crum.1@us.af.mil
(mary.humose.1@us.af.mil, matthew.crum.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
F4A3615201AW01, Power Hawk P-16 Specifications 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/quotes are being requested, and a written solicitation will not be issued. FAR Part 13 procedures are being utilized. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-82. The solicitation reference number is F4A3615201AW01 and this solicitation is being issued as a request for quote (RFQ). This acquisition is a 100% small business set aside under NAICS 333999 with a size standard of 500 employees. A firm-fixed price purchase order will be awarded in accordance with FAR Part 13. This RFQ consists of the following Contract Line Item Number (CLIN): CLIN 0001: 1 each RP 2LS Raptor Plus Kit w/Shredder & Lithium Pack (or equal). See attached specifications. ****Brand name or equal items are acceptable. If submitting an "or equal item, offerors shall submit documentation demonstrating that the "equal" item meets all the attached specifications/salient characteristics and submit all applicable literature with their quote (see FAR Clause 52.211-6 Brand Name or Equal). "Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs." EVALUATION FACTORS: In accordance with FAR 52.212-2, Evaluation-Commercial Items, the Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factor(s) considered. Evaluation will be based on the lowest price technically acceptable (LPTA) which will be determined to represent the Best Value. In order to be considered for award, vendor must adhere to all quotation requirements detailed herein •1. Technical Capability: Evaluated against the attached specifications on a pass/fail basis. •2. Price: The lowest price will be considered for award upon confirmation of technical capability. Delivery shall be made within 30 Days after Award of Contract. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE SYSTEM FOR AWARD MANAGEMENT (SAM) AS A SMALL BUSINESS UNDER NAICS CODE 333999 BEFORE BEING CONSIDERED FOR AWARD. Offerors shall complete a copy of the Online Offeror Representations and Certifications Application. Please refer to https://www.sam.gov/portal/public/SAM/ for information regarding the Online Representation and Certification Application process. Information concerning SAM requirements may be viewed via the internet at http://www.sam.gov or by SAM Service Desk http://www.FSD.gov, or 1-866-606-8220. Interested parties must include, with their quote, their CAGE code, and tax identification number (TIN), and delivery date. Quotes are due Thursday, September 17, 2015 at 3:00 p.m. central time. Shipping terms will be F.O.B. Destination, Tyndall AFB, FL with inspection and acceptance at destination. Please Forward Quotes and Any Questions To: Primary: Alternate: Mary Humose MSgt Matthew Crum Contracting Specialist Contracting Officer 325th Contracting Squadron 325 th Contracting Squadron Tyndall AFB, FL 32403 Tyndall AFB, FL 32403 mary.humose.1@us.af.mil matthew.crum.1@us.af.mil (850) 283-8622 (850) 283-8617 Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. The following FAR/DFARS/AFFARS provisions/clauses apply to this acquisition: FAR 52.204-7 System for Award Management FAR 52.204-13 System for Award Management Maintenance FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors, Debarred, Suspended, or Proposed for Debarment FAR 52.211-6 Brand Name or Equal FAR 52.212-1 Instructions to Offerors FAR 52.212-2 Evaluation - Commercial Items FAR 52.212-3 Offeror Representations and Certifications - Commercial Items FAR 52.212-4 Contract Team and Conditions - Commercial Items FAR 52.219-6 Notice of Total Small Business 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 Equal Opportunity for Workers with Disabilities FAR 52.222-37 Equal Opportunity Reports on Veterans FAR 52.222-50 Combating Trafficking In Person FAR 52.223-18 Encouraging Contractor Policies to Ban Text Message While Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-1 Payments FAR 52.232-33 Payment by Electronic Funds Transfer FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-3 Protest after Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.247-34 F.O.B. - Destination FAR 52.252-1 Solicitation Provisions Incorporated by Reference FAR 52.252-2 Clauses Incorporated by Reference FAR 52.252-6 Authorized Deviations in Clauses FAR 52.232-7006 Wide Area Workflow Payment Instructions DFAR 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFAR 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFAR 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFAR 252.204-7004 Alternate a, System for Award Management DFAR 252.204-7011 Alternative Line Item Structure DFAR 252.204-7012 Safeguarding of Unclassified Controlled Technical Information DFAR 252.211-7003 Item Identification and Valuation DFAR 252.223-7008 Prohibition of Hexavalent Chromium DFAR 252.225-7001 Buy American and Balance of Payments Program DFAR 252.225-7002 Qualifying Country Sources as Subcontractors DFAR 252.225-7048 Export Controlled Items DFAR 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFAR 252.232-7010 Levies on Contract Payments AFFAR 5352.201-9101 Ombudsman AFFAR 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7cf040ed15545d603617583d7a168c20)
 
Record
SN03879563-W 20150912/150910235616-7cf040ed15545d603617583d7a168c20 (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.