SOLICITATION NOTICE
28 -- REMANUFACTURED IHC VT365 DIESEL ENGINE
- Notice Date
- 3/31/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th Contracting Squadron, 1349 Lutman Drive, Joint Base Andrews, Maryland, 20762-6500, United States
- ZIP Code
- 20762-6500
- Solicitation Number
- F1D3496071AW01
- Archive Date
- 4/26/2016
- Point of Contact
- Craig L. McClain, Phone: 2406125660, Julia A. Johnson, Phone: 2406125652
- E-Mail Address
-
craig.l.mcclain.civ@mail.mil, Julia.A.Johnson6.civ@mail.mil
(craig.l.mcclain.civ@mail.mil, Julia.A.Johnson6.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 1. Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number F1D3496071AW01 is being issued as a Request for Quote (RFQ) using the Simplified Acquisition Procedures in accordance with FAR Part 13 guidelines. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-87. All responsible sources may submit an offer to be considered by the agency. 2. Acquisition Details This requirement is a 100% Small-Business set-aside. "This is a brand name or equal requirement; any item with the same salient physical, functional, and performance characteristics of the brand name item will be accepted. If providing an equivalent item, interested parties must submit clear and convincing documentation that the submitted model is, in fact, an equal item. An item will be deemed an equal item if it has all the characteristics listed under CLIN 0001 below. For further details on evaluation procedures, refer to FAR clause 52.212-2 "Evaluation - Commercial Items" located below in this solicitation. The North American Industry Classification System (NAICS) code is 811310 (" Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance "), and the business size standard is $7.5M dollars. 3. The Government will award a firm fixed price contract for the Remanufactured IHC VT365 Engine for the 11th Wing Logistics Readiness Squadron (LRS) at Joint Base Andrews. The following items are being procured: Minimum Salient Characteristics: CLIN Description Quantity Unit Price Total Price 0001 Remanufactured IHC VT365 Diesel Engine for TYMCO Sweeper, Part Number 5010155R92. 1 EA 4. Delivery Information FOB: Destination Delivery date: 30 days after date of contract. Delivery address: 11TH LRS/LGTR 1442 SOUTH END ROAD Joint Base Andrews MD 20762 Contractor must provide an affirmative statement of their ability to meet the delivery requirement of 30 days after date of contract 5. Clauses & Provisions It is the vendor's responsibility to be familiar with all applicable clauses and provisions. All FAR/DFARS/AFFARS clauses and provisions may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The following provisions are applicable: 52.212-1 - Instructions to Offerors - Commercial (Jul 2013) 52.211-6 - Brand Name or Equal 52.212-2 - Evaluation -- Commercial Items. EVALUATION PROCEDURES: The government will award a contract resulting from this solicitation on the basis of a ' Lowest Price Technically Acceptable ' (LPTA) approach. An award will be made to the lowest evaluated offer that is technically acceptable. To be acceptable, the offer must meet the salient characteristics and conform to the specifications described herein. The government may communicate with an offeror in order to clarify or verify information submitted in their offer. 52.212-3 - Offerors Representations and Certifications - Commercial Items. All offerors must submit representations and certifications in accordance with this provision along with their offer. This provision can be downloaded from the internet via http://farsite.hill.af.mil/ or from https://www.sam.gov/ if registered in SAM (System for Award Management). Offerors that fail to furnish the required representation information or that reject the terms and conditions of the solicitation may be excluded from consideration. 52.252-1 - Solicitation Provisions Incorporated by Reference (Feb 1998). The following clauses are applicable: 52.204-7 - System for Award Management Registration Deviation (Jul 2013) 52.211-17 - Delivery of Excess Quantities (Sep 1989); 52.212-4 - Contract Terms and Conditions - Commercial Items (Jan 2014); 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2014) Alternate I (DEVIATION) (Feb 2000); 52.219-18 - Notification of Competition Limited to Eligible 8(a) Concerns 52.222-3 - Convict Labor (Jun 2003); 52.222-19 - Child Labor-Cooperation with Authorities and Remedies (Jul 2010); 52.222-21 - Prohibition of Segregated Facilities (Feb 1999); 52.222-50 - Combating Trafficking in Persons (Mar 2015); 52.223-6 - Drug-Free Workplace (May 2001); 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); 52.225-13 - Restrictions on Certain Foreign Purchases (Jun 2008); 52.223-3 - Hazardous Material Identification and Material Safety Data (Jan 1997); 52.232-23 - Payment by Electronic Funds Transfer--System for Awards Management (Jul 2013); 52.233-3 - Protest After Award (Aug 1996); 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004); 52.252-2 - Clauses Incorporated by Reference (Feb 1998); 52.252-6 - Authorized Deviations in Clauses (Feb 1998); 252.204-7004 - Alternate A, System for Award Management (May 2013); 252.212-7001 - Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2011) (DEVIATION) applies to this acquisition and specifically the following clauses under paragraph (b) are applicable; 252.223-7004 - Drug-Free Work Force (September 1988); 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (June 2012); 252.232-7006 - Wide Area Workflow Payment Instructions (May 2013); 6. Contracting Office Address 11 th Contracting Squadron 1349 Lutman Drive Joint Base Andrews MD 20762 7. Quotes All quotes must be sent via e-mail to Craig McClain at craig.l.mcclain.civ@mail.mil or Julia Johnson at julia.a.johnson6.civ@mail.mil. Quotes shall be submitted no later than 09:00 AM EST, 11 April 2016.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/F1D3496071AW01/listing.html)
- Place of Performance
- Address: 1442 SOUTH END ROAD, JOINT BASE ANDREWS, Maryland, 20762, United States
- Zip Code: 20762
- Zip Code: 20762
- Record
- SN04069828-W 20160402/160331235752-32e2414cc74f1da765703844fb11b7d3 (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 |