SOLICITATION NOTICE
J -- Preventive Maintenance of Automatic Doors Base Wide
- Notice Date
- 9/19/2005
- Notice Type
- Solicitation Notice
- NAICS
- 238290
— Other Building Equipment Contractors
- Contracting Office
- Department of the Air Force, Direct Reporting Units, 11th CONS, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20032-0305
- ZIP Code
- 20032-0305
- Solicitation Number
- HawkinsF1A3B45175A100
- Response Due
- 9/26/2005
- Archive Date
- 10/11/2005
- Small Business Set-Aside
- Service-Disabled Veteran-Owned
- 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 IS AN UNFUNDED REQUIREMENT SUBJECT TO AVAILABILITY OF FUNDS. NO AWARD WILL BE MADE UNDER THIS SOLICITATION UNTIL FUNDS ARE AVAILABLE. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. Contractor shall furnish all plant, labor, materials, equipment, transportation and supervision and other items necessary to perform full preventive maintenance, repair and inspections of automatic doors in various locations on Bolling Air Force Base, D.C. The quotation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-05. The NAICS for this acquisition is 238290 with a size standard of $ 12,000,000.00. The required contract is 100% set-aside for Service-Disabled Veteran Owned Small Business. POP is 01 OCT 05 ? 30 SEP 06 with 4 option years at Bolling Air Force Base. To be eligible to receive an award resulting from this quotation, contractor must be registered with the Central Contractor (CCR) database. NO EXEMPTIONS. In order to register, apply through the Internet at http://www.ccr.gov. All prospective offerors interested in submitting a quote must have a commercial and government entity code (CAGE Code). A DUNS (Dun and Bradstreet) number is required in order to register. Verification of CCR registration and Tax Id Number must accompany your quote. THE GOVERNMENT SHALL NOT REIMBURSE RESPONDENTS FOR ANY COST ASSOCIATED WITH SUBMISSION OF THE INFORMATION BEING REQUESTED OR REIMBURSE EXPENSES INCURRED TO INTERESTED PARTIES FOR RESPONSES TO THIS SOLICITATION. The following clauses and provisions are hereby incorporated by full text and/or reference and are to remain in full force and effect in any resultant purchase order: FAR 52.212-1 Instructions to Offerors--Commercial Items (Jan 2005), The RFQ shall consist of (a) pricing schedule and (b) completed copy of provision FAR 52.212-3, Offeror?s Representation and Certifications-Commercial Items. The provision can be copied from www.arnet.gov . This is a competitive best value combined synopsis/solicitation. The Government reserves the right to award to other than the low offeror based on best value to the Government. FAR 52.212-2 Evaluation of Commercial Items (Jan 1999) applies to this acquisition, Evaluation Factors: Delivery and Price FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Mar 2005), applies to this acquisition. A completed copy should be provided with the offer. It is highly encouraged that offerors enter their Representations and Certifications in the Online Representations and Certifications Application (ORCA). The ORCA site is located at http://orca.bpn.gov. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2003) applies to this acquisition. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Jul 2005), including the following sub clauses: FAR 52.233-3 Protest After Award, FAR 52.222-3 Convict Labor, FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.222-41 Service Contract Act of 1965, as amended and FAR 52.222-42 Statement of Equivalent Rates For Federal Hires(Fill-in is Electronics Technician, Maintenance II, $21.92/hr) FAR 52.217-8 Option to Extend Services, FAR 52.217-9 Option to Extend the Term of the Contract, FAR 52.219-1 Small Business Program Representations, FAR 52.223-5 Pollution Prevention and Right to Know Information, FAR 52.223-6, Drug-Free Workplace, FAR 52.237-1 Site Visit, FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation, 52.242-15 Stop-Work Order, FAR 52.247-34 F.O.B. Destination, FAR 52.249-4 Termination for Convenience of the Government (Services)(Short Form), FAR 52.253-1 Computer Generated Forms, DFAR 252.204-7003 Control Of Government Personnel Work Product, DFAR 252.204-7004 (ALT A) Required Central Contract Registration, DFAR 252.223-7006 Prohibition On Storage And Disposal Of Toxic And Hazardous Materials, FAR 252.242-7000 Post award Conference and DFAR 252.232-7003 Electronic Submission of Payment Requests. FAR 52.252-1 Solicitation Provisions Incorporated by Reference(Fill-in is http://farsite.hill.af.mil/) , FAR 52.252-2 (Fill-in is http://farsite.hill.af.mil), FAR 52.252-6 Authorized Deviations In Clauses(Fill-ins are Defense Federal Acquisition Regulation & Chapter 2), AFFAR 5352.223-9001 Health And Safety On Government Installations, AFFAR 5352.242-9000 Contract Access To Air Force Installation(Fill-in is Base Access Letter signed by CO). Requests for payments must be submitted via the internet through the Wide Area Workflow ? Receipt and Acceptance (WAWF-RA) system at https://wawf.eb.mil. Usage of the system is at no cost to the contractor and training will be provided at http://www.wawftraining.com. Oral communication will not be acceptable in response to this synopsis/solicitation. Please provide quotes via email to A1C Kenneth J. Hawkins at mailto:kenneth.hawkins@bolling.af.mil, fax 202-767-7897, or by mail to 11 CONS/LGCF, 110 Luke Ave, Suite 260, Bolling AFB, DC 20032. Offers are due by 27 SEP 2005 at 4:30 p.m. EST. An official authorized to bind your company shall sign the offer. Any questions may be directed to A1C Kenneth J. Hawkins at 202-767-8030. Attachments: 1)Statement of Work 2)Wage Determination 3) Bid Schedule
- Place of Performance
- Address: 110 Luke Ave, Suite 260, Bolling AFB, D.C.
- Zip Code: 20032
- Country: USA
- Zip Code: 20032
- Record
- SN00898538-W 20050921/050919212103 (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 |