Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2006 FBO #1734
SOLICITATION NOTICE

72 -- 06-Q-0003 Shade Structures at Playgrounds

Notice Date
8/24/2006
 
Notice Type
Solicitation Notice
 
NAICS
314912 — Canvas and Related Product Mills
 
Contracting Office
Department of the Air Force, Air Combat Command, 9 CONS, 6500 B St Ste 101, Beale AFB, CA, 95903-1712
 
ZIP Code
95903-1712
 
Solicitation Number
FA4686-06-Q-0003
 
Response Due
9/15/2006
 
Archive Date
9/30/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This combined synopsis/solicitation is 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 solicitation is issued as a request for quote (RFQ), Reference No.FA4686-06-Q0003; Shade Structures ******************** CLIN 0001, The contractor shall provide all labor, supervision, tools, equipment, materials, transportation, and incidentals necessary to provide and install Aussie Sail System Covers at the Beale Air Force Base Child Development Center Playgrounds located at 5190 Camp Beale HWY, Beale AFB, CA 95903 in accordance with the Scope of Word identified below. Quantity of five each Shade Structures Scope of Work: Contractor shall use an approved fabric material and hardware to cover 5 playgrounds: the infant/pre-toddler playground (approx. 38?X 88?), the toddler playground (approx. 35? X 40?), the tire swing playground (approx. 42? X 45?), the climber playground (approx. 47? X 37?) and the youth center playground (approx. 60? X 48?). Fabric shall be Coolaroo commercial 95 HPPE shade fabric in colors Cherry Red, Yellow, and Aqua Blue or Supashade Plus shade fabric in colors Chilli Red, Marigold, and Marine Blue; or an approved equal fabric and colors as submitted and approved by the government. Hardware and cables shall be marine grade stainless steel and steel plates for welding to existing structure or equal approved marine grade rust proof hardware. Welding points shall be repainted to original color. WARRANTY: Contractor shall guarantee materials and workmanship performed against defects for a period of time that is common industry standard. This period shall begin upon acceptance by the authorized government representative. Contractor shall submit a written copy of both the Manufacturer?s and Contractor?s warranty. WORK SITE ACCESS: The contractor shall arrange work so that interference with parking lot traffic is minimized. NORMAL WORK HOURS: 6:00 a.m. and 5:30 p.m., excluding Saturdays, Sundays and Federal holidays. SUBMITTALS: Along with bid proposals, contractor shall submit samples of proposed fabric in each color. UTILITIES: Reasonable quantities of electricity and water shall be provided to the contractor without charge. OUTAGES: No utility service shall be interupted without prior written approval from the CO. The contractor shall submit a written request for utility outages to the CO a minimum of ten calendar days prior to the desired date of the outage. TELEPHONE USE: There are no government telephones available for the contractor?s use. The contractor shall use existing pay telephones or provide their own cellular service at his/her own expense. STORAGE: There are no government furnished covered or secure storage areas. Limited storage may be permitted if identified and coordinated in advance with the building manager. Security of stored items remains the responsibility of the contractor. The contractor shall keep storage, staging, and work areas neat and orderly. Upon completion of work, any storage areas shall be returned to original condition. CLEANUP: The contractor is responsible for the complete cleaning of the work site at the end of each day. Upon completion of specified work, all materials and other property belonging to the contractor shall be removed and the work site shall be returned to it?s original condition or as specified by the CO. DISPOSITION OF MATERIALS: The contractor shall dispose of all scrap, salvage, waste, and excess material off base in accordance with applicable Federal, state and local laws and regulations. DAMAGE: Any damage to the facilities occuring during this contract caused by the contractor shall be repaired or replaced by the contractor at no cost to the Government. SITE VISIT: A site visit is scheduled for 9:00am PST, Thursday, 31 August 2006. Attendance at this site visit is strongly recommended. It is the responsibility of the contractor to field verify all dimensions and existing site conditions. ******************** All offers must be in writing, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). This procurement is being issued as a 100% SMALL BUSINESS SET-ASIDE. ******************** This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-17 and DFARS Change Notice 2003-1001. North American Industrial Classification 314912 , Size Standard, 500 employees, applies to this procurement. FOB: Destination for delivery to 5190 Camp Beale HWY, Beale AFB, CA 95903. The following provisions and clauses apply to this acquisition: FAR 52.232-18, Availability of Funds, Funds are not presently available for this contract. The Government?s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. Quotes will be evaluated on price related factors only. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and the offeror must include a completed copy of this provision with their proposal. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration. The clause at DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders; DFARS 252.225- 7001, Buy American Act and Balance of Payment Program The Government reserves the right to award on a multiple award or an all or none basis. All quotes must be sent to Jason Phillips at: Fax 530-634-3311; jason.phillips@beale.af.mil; 9 CONS, 5600 B St; suite 101, Beale AFB TX 95903 . Quotes are required to be received no later than 12:00 PM PST, Friday September 15, 2006.
 
Place of Performance
Address: 5190 Camp Beale HWY, Beale AFB, CA
Zip Code: 95903
Country: UNITED STATES
 
Record
SN01124623-W 20060826/060824220926 (fbodaily.com)
 
Source
FedBizOpps 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.