(ii) Request for Quote (RFQ) F3F2AX0042A003 is a combined synopsis/solicitation for commercial items. This combined synopsis/solicitation is issued as a RFQ. Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR).
(iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-41 and through Department of Defense Acquisition Regulation Change Notice 20100408. It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm
(iv) This procurement is being issued as 100% Small Business Set-Aside. North American Industrial Classification Standard: 314912; Small Business Size Standard: 500
(v) CLIN 0001- 3 EA- RDS 635 tan tents
-Brand Name or Equal
-20W X 31'9"L
612 sq. ft.- Useable area
6'11"- Eave Height
10'6"- Peak Height
2- ECU ducts
4- Window
2- Stove pipe vents
4- Doors
-Articulated frame system
-Integrated fabric
-Detachable liner and floor
-All doors include a vestibule adapter that interfaces with the standard TEMPER vestibule.
(vi) FOB-Destination for delivery to: 366 AMXS/MXA - F3F2AX, 201 1ST AVE BLDG 196, MOUNTAIN HOME AFB ID 83648-5000. Delivery NLT 60 days ARO. Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC).
(vii) The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price considered.
(viii) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-4 addendum is also included.
(ix) The following provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.211-6 Brand Name or Equal; FAR 52.219-6 Notice of Total Small Business Aside; 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 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer-Central; Contractor Registration; 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 52.252-2 Clauses Incorporated by Reference; FAR 52.252-6 Authorized Deviations in Clauses; DFARS 252.204-7004 Alternate A; DFARS 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.225-7002 Quailifying Country Sources as Subcontractors; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.247-7023 Transportation of Supplies by Sea, and AFFARS 5352.201-9101 Ombudsmen (see below POC)
**Eric Thaxton, 129 Andrews Street,Langley AFB, VA 23665, Email [email protected], Phone: (757)764-5372, Fax:(757)764-4400**
(x) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item (DEVIATION).
(xi) The clause at DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items (DEVIATION).
(xii) The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items, applies to this acquisition.
(xiii) Quotes must be emailed to [email protected], or faxed to (208) 828-2658. Quotes are required to be received no later than 16:30 MST, 10 May 10.