SOLICITATION NOTICE
W -- Rental of portable traffic signals
- Notice Date
- 11/8/2004
- Notice Type
- Solicitation Notice
- NAICS
- 532490
— Other Commercial and Industrial Machinery and Equipment Rental and Leasing
- Contracting Office
- Department of the Air Force, Air Mobility Command, 375th Contracting Squadron, 201 East Winters Street Building 50, Scott AFB, IL, 62225-5015
- ZIP Code
- 62225-5015
- Solicitation Number
- Reference-Number-F7390043080100
- Response Due
- 11/17/2004
- Archive Date
- 12/2/2004
- Point of Contact
- Stephen Back, Contract Specialist, Phone 618-256-9266, Fax 618-256-2174, - Cliff Beasley, Contract Specialist, Phone 618-256-9308, Fax 618-256-5237,
- E-Mail Address
-
stephen.back@scott.af.mil, cliff.beasley@scott.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- 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. Quotes are being requested and a written solicitation will not be issued. This procurement is being issued as a Request for Quotations (RFQ), and the reference number is F7390043080100. This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2001-25. This is a 100% small business set-aside. The NAICS code is 532490 and the size standard is $6.0 million. Contractor is required to provide: Lease of portable temporary traffic signals at two intersections for a period from date of award through 5 months. Location #1: intersection of Ward Dr. and Winters St. Location #2: intersection of Patriots Dr. and George Washington Dr. (Both intersections currently are 4-way stop intersections). There is no existing power source or signal control box for these intersections. Lights shall include a self-contained power source and need no outside electricity hook-ups. The contractor shall remove existing stop signs at both intersections (signs to be turned over the the 375 Civil Engineering Squadron for storage until the end of the rental period). Specific light configuration at each intersection is as follows: Location #1: 3 lanes of traffic at each stop line (left turn lane, straight/right-turn lane, opposite directional lane). Location #2: 2 lanes of traffic at each stop line. Signals must have a left turn arrow and be programmable to operate at various time cycles. The contractor shall perform initial programming and provide training to government personnel on the operation and reprogramming of the lights. The government shall have the right to change the programming as necessary to meet the needs of the flow of traffic. The contractor shall provide with his offer a proposed list of equipment, including manufacturers and part numbers. The contractor shall remove traffic signals at the end of the rental period and restore the areas to their original condition. The contractor shall also re-install stop signs at original locations. The contractor shall provide a 24-hour/7-day a week telephone number in case of signal malfunction and/or servicing. The contractor shall coordinate all work, including installation and removal, with 1Lt Rebecca MacIsaac, 375 CES/CECC, 618-256-5077. Field Conditions: The contractor shall be responsible for all field measurements to accomplish work. The contractor shall carefully examine the entire site and shall make all necessary investigations to become thoroughly aware of the existing conditions and all difficulties involved in the completion of the work in accordance with the contract documents. All quotes shall include separate pricing for 5 months rental, delivery/set-up, and removal/restoration. The provision in FAR 52.212-1, Instructions to Offerors-Commercial items, is applicable to this solicitation. Offerors shall include with their quotes, a completed copy of FAR 52.212-3, Offeror Representations and Certifications--Commercial Items (Offerors are encouraged to complete online representations and certifications at http://orca.bpn.gov which are identical to what is required in FAR 52.212-3. Otherwise, offerors must submit completed representations and certifications and submit with their quote). FAR 52.212-4, Contract Terms and Conditions--Commercial Items; FAR 52.204-7 Central Contractor Registration; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercials Items (FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration); FAR 52.219-6, Notice of Total Small Business Set-Aside.; FAR 52.247-34, F.o.b. Destination, and DFARS 252.204-7004 Alt I, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DFARS 252.225-7001, Buy American Act and Balance of Payments Program), DFARS 252.225-7000, Buy American Act--Balance of Payments Program Certificate and DFARS 252.225-7002, Qualifying Country Sources as Subcontractors are applicable to this acquisition. The full text of these clauses may be accessed electronically at this address: http://farsite.hill.af.mil. The POC for this acquisition is TSgt Stephen Back (618) 256-9262, Fax (618) 256-2174, E-Mail stephen.back@scott.af.mil. Quotes may be mailed to 375th Contracting Squadron/LGCB, Attn: TSgt Back, 201 E. Winters Street, Bldg 50, Scott AFB, IL 62225-5015. Quotes should be marked with the reference number F7390043080100. Oral Quotes will not be accepted. Responses to this RFQ must be received via fax, e-mail, or mail by 17 November 2004, 4:00pm CST. Vendors not registered in the Central Contractor Registration (CCR) database prior to award will be ineligible for award (https://www.ccr.dlis.dla.mil/ccr/scripts/index.html). No written request for quote is available. Award will be made based on best value for the government, considering price and quality of equipment and maintenance. Any award resulting from the solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. All invoices shall be submitted via the Wide Area Workflow-Receipt and Acceptance (WAWF- RA) web-site. Use of the basic system is at NO COST to the contractor and training will be provided. Information available at no cost is located at http://www.wawftraining.com. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (08-NOV-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AMC/375CS/Reference-Number-F7390043080100/listing.html)
- Place of Performance
- Address: Scott AFB, IL
- Zip Code: 62225
- Country: United States
- Zip Code: 62225
- Record
- SN00705676-F 20041110/041108212053 (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 |