Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 22, 2018 FBO #6116
MODIFICATION

49 -- WHEEL ADAPTERS

Notice Date
8/20/2018
 
Notice Type
Modification/Amendment
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, 164 MSG/MSC, TN ANG, 4593 SWINNEA ROAD, MEMPHIS, Tennessee, 38118-7101, United States
 
ZIP Code
38118-7101
 
Solicitation Number
W912L7-18-Q-1006
 
Archive Date
9/13/2018
 
Point of Contact
Stacy Pollock, Phone: (901) 291-7108
 
E-Mail Address
stacy.m.pollock.mil@mail.mil
(stacy.m.pollock.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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 W912L7-18-Q-1006 is being issued as a Request for Quotation. (III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-69. (IV) This acquisition is being set-aside for small business concerns. The associated NAICS code for this acquisition is 332999, small business size standard is 750 EMP. (V) COMMERCIAL ITEM DESCRIPTION: The 164 th AW has a need for the following CLIN 0001 - UAS- Wheel Adapter Ring Aircraft Type: C-17 Military Aircraft Landing Gear: Main Landing Gear Manufacturer: Messier Manufacturer PN: C20579000/C20539000-2 Bolt circle diameter: 429.50 No. of bolts: 18 Width of bolt-head: 11/16" QTY: 1 EACH CLIN 0002 -UAS- Wheel Adapter Ring Aircraft Type: C-17 Military Aircraft Landing Gear: Nose Landing Gear Manufacturer: Messier Messier Manufacturer PN: C20536000-1 Bolt circle diameter: 284.60 No. of bolts: 12 Width of bolt-head: 11/16" QTY: 1 EACH FOB POINT IS DESTINATION (VII) Place of Delivery: 164 th Airlift Wing, 4593 Swinnea Rd, Memphis, Tennessee, 38118-7108 (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: Price and the ability to provide an exact item for the requested part number. When establishing the firm-fixed priced contract, the Government will consider vendors whose pricing, technical capability and past performance meets the requirement that indicates the best interest of the Government. For evaluation purposes, please provide no more than two (2) pages of information that indicates your company meets the technical capability. Vendors should provide adequate details in their quote to include pricing on this solicitation and technical capability. Technical capability will be evaluated based on: (a) The ability to provide BRAND NAME items. The Government 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 System for Award Management (SAM) System as well as registered and have completed the online Reps and Certs at the following website: https://www.sam.gov. (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; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers With Disabilities; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policies to Ban Test Messaging While Driving: 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran Representation and Certification; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer- System for Award Management; 52.232-39, Unenforceability of Unauthorized Obligations; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.237-3, Continuity of Services; 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; 252.203-70005, Representation Relating to Compensation of Former DoD Officials; 252.204-7003, Control of Government Personnel Work Product 252.204-7004 Alt A, System for Award Management; 252.204-7006, Billing Instructions; 252.225-7048, Export-Controlled Items; 252.232-7003, Electronic Submission of Payment requests and Receiving Reports; 252.232-7010, Levies on Contract Payments; 252.243-70001, 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 24 August 2018, 12:00 p.m. eastern standard time. 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 164 th AW/MSC 4593 Swinnea Rd, Memphis, Tennessee, 38118-7108, by 29 August 2018, 12 p.m. eastern standard time. Email quotes will be accepted at usaf.tn.164-aw.mbx.msc@mail.mil (XVI) Point of Contact is MSgt Stacy Pollock 901-291-7108 stacy.m.pollock.mil@mail.mil 11/16" 12 284,60 C20536000-1 11/16" 18 429.50 C20579000 / C20539000-2
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA40-2/W912L7-18-Q-1006/listing.html)
 
Place of Performance
Address: 4593 SWINNEA RD, MEMPHIS, Tennessee, 38118, United States
Zip Code: 38118
 
Record
SN05046222-W 20180822/180820231419-eae5023aec97c7a721b403765d13cd56 (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.