Federal Bid

Last Updated on 19 Aug 2009 at 8 AM
Combined Synopsis/Solicitation
Mountain home air force base Idaho

FOD BOSS

Solicitation ID F3F2LA9182A003
Posted Date 27 Jul 2009 at 2 PM
Archive Date 19 Aug 2009 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa4897 366 Fas Pkp
Agency Department Of Defense
Location Mountain home air force base Idaho United states

COMBINED SYNOPSIS / SOLICITATION
(i) This is a combined synopsis/solicitation for commercial items 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 written solicitation will not be issued.
(ii) Request for Quote (RFQ) F3F2LA9182A003 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 2005-35 and through Department of Defense Acquisition Regulation Change Notice 20090715. 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: 423810; Small Business Size Standard: 500

(v) CLIN (0001) 3 each FODBOSS Sweeper assembly boss-8, includes R-Boss-6 Sweeper Mat, DRM-11 Debris Retention Mesh, CSB-4 Carry storage Bag, OM-5 Owners Manual, HE-10 Hitch extender, SRTH-2 Safety release tow hitch, PHA-1 Pintle Hook Adapter, TA-7 Hitch
Or equal to.

(vi) FOB-Destination for delivery to: MHAFB, ID 83648. Delivery NLT 30 Days ADC. 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) (ix) 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 and other factors considered. Award shall be based on All or None and Best Value to the Government. Best value can include but is not limited to price, delivery date, and technical capability.

(ix) 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.

(x) The following provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; 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, HQ ACC/A7K 129 Andrews Street Suite 122, Langley AFB VA 23665-2791, phone:(757) 764-5372 fax:(757) 764-4400 email: [email protected] **

(xi) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item (DEVIATION).

(xii) 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).

(xiii) The clause at FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, applies to this acquisition. Complete only paragraph (j) of this provision if the annual representations and certificates have been completed electronically at http://orca.bpn.gov. If the annual representations and certifications has not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed.

(xiv) Numbered Notes: 1)The proposed Contracts is 100% small business concerns.

(xv) Quotes must be emailed to Rachel Barnes at [email protected] , or faxed to (208) 828-2658. Quotes are required to be received no later than 1:00 pm MST, 4 August 2009

Bid Protests Not Available

Similar Past Bids

Mountain home air force base Idaho 25 Mar 2009 at 10 PM
Location Unknown 19 Aug 2009 at 7 PM
Idaho 24 Sep 2009 at 2 PM
Location Unknown 28 Feb 2000 at 5 AM
Idaho 24 Sep 2009 at 2 PM

Similar Opportunities

Colorado 31 Jul 2025 at 4 AM (estimated)
Colorado 31 Jul 2025 at 4 AM (estimated)
Mountain home air force base Idaho 25 Jul 2025 at 9 PM
Mountain home air force base Idaho 09 Jul 2025 at 6 PM