Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 25, 2004 FBO #0789
SOLICITATION NOTICE

12 -- Services as follows: Inspect Test and Maintain Installed AFFF Systems. Includes AFFF Discharge Test, updating as-built dwgs and providing emergency svcs. Base year and two option years in support of the 161ARW and 107ACS.

Notice Date
1/23/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
161 ARW, ATTN: Base Contracting Office, 3200 E. Old Tower Road, Phoenix, AZ 85034-7263
 
ZIP Code
85034-7263
 
Solicitation Number
W912L204T0004
 
Response Due
2/5/2004
 
Archive Date
4/5/2004
 
Point of Contact
ENRIQUE RIVERA, 602-302-9049
 
E-Mail Address
Email your questions to 161 ARW
(enrique.rivera@azphoe.ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis solicitation for commercial items IAW FAR 12.6 and is issued as a Request for Proposal. This procurement is being issued under Standard Industrial Code Numbers 1711 and 3822. A short description of the services required are as follows: Inspection Testing and Maintenance of Installed Automatic Fire Alarm System and Aqueous Film Forming Foam (AFFF) Systems (to Include Discharge Testing of the AFFF, required only once during the lifetime of this contract). Contract with be for the base year and two option years and includes the 161ARW and the 107ACS. The contract also includes updating as-built drawings and providing emergency services as required, estimated at only two times per year. A complete copy of the solicitation ( W912L2-04-T-0004, with Amendment 001) can be requested from the 161st Air Refueling Wing Base Contracting Office, 3200 E. Old Tower Rd., Bldg. 15, Phoenix, AZ 85034-7263. The point of contact is Emily C. Guchereau at (602)302-9225, fax (602)302-9122, or E -mail emily.guchereau@azphoe.ang.af.mil . All questions concerning this procurement must be received in writing. Provisions and clauses at 52.204-3, Taxpayer Identification, OCT 1998; 52.204-6, Data Universal Numbering System (DUNS) Number, OCT 2003; 52. 212-4, Contract Terms and Conditions-Commercial Items, OCT 2003; 52.219-6, Notice Of Total Small Business Set-Aside, JUN 2003; 52.222-22, Previous Contracts And Compliance Reports, FEB 1999; 52.223-3, Hazardous Material Identification And Material Safety D ata, JAN 1997; 52.225-13, Restrictions on Certain Foreign Purchases, JAN 2004; 52.232-8, Discounts For Prompt Payment, FEB 2002; 52.232-11, Extras, APR 1984; 52.232-19, Availability Of Funds For The Next Fiscal Year, APR 1984; 52.232-25, Prompt Payment, OCT 2003; 52.233-1, Disputes, JUL 2002; 52.242-15, Stop-Work Order, AUG 1989; 52.243-1 Alt II, Changes-Fixed-Price (Aug 1987)- Alt II, APR 1984; 52.246-1, Contractor Inspection Requirements, APR 1984; 52.246-16 , Responsibility For Supplies, APR 1984; 5 2.247-34, F.O.B. Destination, NOV 1991; 52.249-4, Termination For Convenience Of The Government (Services) (Short Form), APR 1984; 52.253-1, Computer Generated Forms , JAN 1991; 252.201-7000, Contracting Officer's Representative, DEC 1991; 252.204-7003 , Control Of Government Personnel Work Product, APR 1992; 252.204-7004 Alt A, Required Central Contractor Registration Alternate A, NOV 2003; 252.243-7001, Pricing Of Contract Modifications, DEC 1991; 252.246-7000, Material Inspection and Receiving Report , MAR 2003; 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999)(a). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Compliance with technical requirements; 2. Compliance with solicitation requirements; 3. Compliance with personnel qualifications and certifications; and 4. Price and Price-related Factors. Note: IAW FAR 15.304, All factors when combined are approximately equal to price. Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s); 52.212-5 Contract Terms and Conditions Required To Implement Statu tes Or Executive Orders--Commercial Items (OCT 2003); 52.216-1 TYPE OF CONTRACT (APR 1984). The Government contemplates award of a Firm Fixed Price contract resulting from this solicitation. 52.217-5 EVALUATION OF OPTIONS (JUL 1990); 52.217-9 Option T o Extend The Term Of The Contract (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 6 months; provi ded that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this opti on, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 3 years. ; 52.222-25 AFFIRMATIVE ACTION COMPLIANCE (APR 1984); 52.223-3 Hazardous Material Identification and Material Safety Data (JAN 1997); 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions 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 solicitation provision may be accessed electronically at this address: http://www.arnet.gov/far and 252.204-7001 COMMERCIAL AND GOVERNMENT ENTITY (CAGE) CODE REPORTING (AUG 1999); All vendors must be registered in the Central Contractors Registration (CCR) at http://www.ccr.gov .
 
Place of Performance
Address: 161 ARW ATTN: Base Contracting Office, 3200 E. Old Tower Road Phoenix AZ
Zip Code: 85034-7263
Country: US
 
Record
SN00509055-W 20040125/040123212233 (fbodaily.com)
 
Source
FedBizOpps.gov 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.