Federal Bid

Last Updated on 17 Sep 2008 at 10 PM
Combined Synopsis/Solicitation
Lackland air force base Texas

Quibica Bowling Pins

Solicitation ID F3PF1D8211A002
Posted Date 02 Sep 2008 at 9 PM
Archive Date 17 Sep 2008 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Lackland air force base Texas United states 78236
The 12th Contracting Squadron, Randolph AFB, TX has a requirement to purchase Qubica AMF Amfilite II Glow Bowling Pins for HQ Air Force Services Agency. This is a streamlined 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 notice constitutes the only notice. A written solicitation will not be issued. This requirement is issued as a request for quote (F3PF1D8211A002). The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-26. IAW 10 U.S.C. 2304c(1), as implemented by FAR 6.302-1 – Only One Responsible Source and no Other Supplies or Services will Satisfy Agency Requirements. A Firm Fixed Priced Award will be made in accordance with the following Description of Supplies: The NAICS Code is 423910; size standard 100. NATURE OF ACQUISITION: Headquarters Air Education and Training Command Services Agency has a requirement for Qubica AMF Amfilite II Glow Bowling Pins. Air Force bowling centers uses QubicaAMF pinsetters and scoring. Qubica’s patent lock in nylon base stays in place for he life of the pin which results in fewer neck fractures. Any damage caused by use of another brand pin will void pinsetter warranty. CONTRACT TERMS AND CONDITIONS: The following provisions apply: 52.252-1 -- Solicitation Provisions Incorporated by Reference. This contract incorporates one or more clauses 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 address: http://farsite.hill.af.mil. FAR 52.212-3 Offeror Representations and Certifications—Commercial Items. Offerors are reminded that Representations and Certifications are maintained at the following website: http://orca.bpn.gov/publicserach.aspx. In the event Representations and Certifications are not on file, Offerors must include a completed copy of the provisions at FAR Part 52 or on on-line at http://farsite.hill.af.mil. The following clauses apply: 52.212-4 -- Contract Terms and Conditions -- Commercial Items (Feb 2007). 52.212-4 -- Contract Terms and Conditions -- Commercial Items Addendum. Paragraph (c) of this clause is tailored as follows: (c) Changes. Changes in terms and conditions of this contract may be only made by written agreement of the parties, with the exception of: (1) Administrative changes such as paying office, appropriation data, etc., which may be changed unilaterally by the Government. Paragraph (n) of this clause is tailored as follows: (n) Title. Unless specified elsewhere in this contract, title to items furnished by this contract shall pass to the government upon acceptance, regardless of when or where the Government takes physical possession. Title of commercially-available-off-the-shelf (COTS) software is exempt from this paragraph. The terms and conditions of the software licensing agreement shall prevail in lieu thereof. FAR 52.212-5 -- CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JUN 2008) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor’s directly pertinent records involving transactions related to this contract.(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.(b)(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause.(i) 52.219-8, Utilization of Small Business Concerns (May 2004)(15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.(ii) 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246).(iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212).(iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998)(29 U.S.C. 793). (v) 52.222-39, Notification of Employee rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965, (Nov 2007), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.) (vii) 52.222-50, Combating Trafficking in Persons (Aug 2007) (22 U.S.C. 7104(g)). Flow down required in accordance with paragraph (f) of FAR clause 52.222-50. (viii) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements ``(Nov 2007)'' (41 U.S.C. 351, et seq.) (ix) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Nov 2007) (41 U.S.C. 351, et seq.) (x) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64, (2). While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. 52.252-2 – CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses 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/these adress(es): http://farsite.hill.af.mil (End of clause) 52.212-1 – Instructions to Offerors – Commercial Items 52.219-28 – Post-Award Small Business Program Rerepresentation. 52.222-3 -- Convict Labor. 52.222-19 -- Child Labor—Cooperation with Authorities and Remedies. 52.222-21 -- Prohibition of Segregated Facilities. 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. 52.225-13 – Restrictions on Certain foreign Purchases 52.232-18 – Availability of Funds 52.232-34 -- Payment by Electronic Funds Transfer--Other Than Central Contractor Registration. 52.233-3 -- Protest After Award 52.233-4 – Applicable Law for Breach of Contract Claim 252.225-7001 Buy American Act and Balance of Payments Program. 252.225-7002 Qualifying Country Sources as Subcontractors. 252.225-7031 -- Secondary Arab Boycott of Israel 252.232-7003 – Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 -- Levies on Contract Payments. 252.243-7001 -- Pricing on Contract Modifications. 252.247-7023 Transportation of Supplies by Sea Alternate III (Mar 2000) 52.252-6 -- Authorized Deviations in Clauses (Apr 1984) The use in this solicitation or contract of any FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (Jun 2008) deviation (48 CFR 2001-O0002/2004-o0002) clause with an authorized deviation is indicated by the addition of “(DEVIATION)” after the name of the regulation. (End of Clause) 5352.201-9101 -- OMBUDSMAN -- (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the AETC ombudsmen, Chief, Business Operations Branch, HQ AETC/A7KB, 2035 First Street West, Randolph AFB TX 78150-4304, 210-652-5815; facsimile 210-652-8348. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. INVOICING INSTRUCTIONS AND PAYMENTS FOR SUPPLIES/SERVICES Invoices for supplies/services rendered under the contract resulting from this solicitation shall be submitted electronically through Wide Area Work Flow – Receipt and Acceptance (WAWF). The vendor shall self-register at the web site https://wawf.eb.mil. Once registration has been completed, the vendor must notify the appropriate buyer of contracting officer that they are ready to start using WAWF. Vendor training is available on the Internet at http://wawftraining.com. For more information call 1-866-618-5988. Select the Create Invoice and Receiving Report COMBO within WAWF as the invoice type (destination/destination). The Invoice and Receiving Report COMBO option prepares the Material Inspection and Receiving Report, DD Form 250, and the Invoice at the same time. YOU ARE NOT AUTHORIZED TO USE THE 2N1 OPTION. THE USE OF 2N1 OPTION WILL DELAY PAYMENT. If customer requests copy of invoice, this can be accomplished via E-Mail direct to the customer or by attachment to COMBO. Back-up documentation (such as delivery receipts, etc.) can be included and attached to the COMBO option invoice in WAWF. Any Microsoft Office product may be attached. Additional Information regarding completion of invoices in WAWF will be provided upon contract award. Note: the following list of products, if applicable to this order, must comply with Section 508 of the Rehabilitation Act of 1973, as amended (29 U.S.C. 794d). 1. Software applications and operating systems 2. Web-based Internet and Internet information and applications 3. Telecommunications products 4. Video and multimedia products 5. Self contained, closed products 6. Desktop and portable computers Further information and guidance can be found at http://www.section508.gov Interested parties capable of providing the requirement must submit a written quote to include discount terms, tax identification number, cage code, and DUNS. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Central Contractor Registration (CCR) database, no exceptions. To register, please visit http://www.ccr.gov or by calling 1-888-227-2423. Electronically transmitted orders are complete for payment purposes only. Additional or supplemental instructions provided to the contractor under separate cover are non-payment affecting items and are applicable to this order with the same force and effect as all other terms and conditions of the order. The items sold to the Government should be properly marked with manufacturer’s name and part number. DOD Policy on Elimination of Use of Class I Ozone-Depleting Substances. No DOD contract awarded on or after June 1, 1993 may include a specification or standard requiring the use of an ozone depleting chemical. The supply or service being procured by this contract has been certified as a non ODC item. If to your knowledge the product or service contains or will require the use of ozone depleting chemicals in the performance of this contract, you are required to notify the Contracting Officer immediately. DESCRIPTION OF SUPPLIES 0001 Quibica AMF AMFLite II Glow Bowling Pins 312 CS $__________ Galaxy Lanes (52 cases) Thede Bowling Center (36 cases) Attn: Pam Hutto Attn: Robert Croker 102 4th Street 219 Schertz Blvd 97 SVS/SVRB Bldg 800 Altus AFB OK 73523 Goodfellow AFB TX 76908 Strike Zone Lanes (44 cases) Cactus Lanes (44 cases) Attn: Nick Roos Attn: Mike Birrel 555 Simler Blvd, Suite 100 416 Liberty Drive 14 SPTG/SVRB 47 SPTG/SVRB Columbus MS 39710 Laughlin AFB TX78843-5134 Gunter Bowling Center (44 cases) Raptor Lanes (52 cases) Attn: Susie Whiteside Attn: Jimmy Hedtkamp 60 West Maxwell Blvd 113 Suwannee Road 42 SVS/SVBB-G 325 SVS/SVBB Maxwell AFB AL 36112 Tyndall AFB FL 32403-5717 Falcon’s Nest Bowling Center (40 cases) Attn: Ken Broder 153 Thompson Ave, Ste 102 71 LS/NW-PS Vance AFB OK 73705-5030 Responses to this notice shall be provided in writing via e-mail to: Ms Kerry Kelly, at [email protected] and copied to Ms Linda M Johnson at [email protected]. All responses shall be received NLT 12:00 PM CST on 08 Sep 08. Email is the preferred method. Point of Contact: Ms Kerry Kelly, Contract Specialist, Phone 210-652-5187, Fax 210-652-2759; Ms Linda M Johnson, Contracting Officer, Phone 210-652-5111, Fax 210-652-2759.
Bid Protests Not Available

Similar Past Bids

Location Unknown 27 Aug 2007 at 4 AM
Lackland air force base Texas 03 Sep 2009 at 8 PM
Grand forks air force base North dakota 25 Apr 2025 at 4 PM
Sheppard air force base Texas 08 Sep 2021 at 1 AM
Center Kentucky 13 Apr 2017 at 7 PM

Similar Opportunities

Hines Illinois 17 Jul 2025 at 5 PM
Indian springs Nevada 08 May 2026 at 4 AM (estimated)
Indian springs Nevada 06 Jun 2026 at 4 AM (estimated)