Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2007 FBO #1987
SOLICITATION NOTICE

J -- Preventative Maintenance for Delta Model DSC501 Arresting Security Barriers

Notice Date
5/4/2007
 
Notice Type
Solicitation Notice
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, CA, 94535-2632, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F3Z3847046A100
 
Response Due
5/22/2007
 
Archive Date
6/30/2007
 
Description
This is a combined/synopsis solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation, F3Z3847046A100, is issued as a request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-16 and Defense DCN 20070426. The associated Standard Classification (SIC) is 7382. The North American Industry Classification System is 561621 and the number of dollars is $11.5M. This solicitation is unrestricted. The government intends to solicit and award this contract for the following item: Services, nonpersonal: Contractor to furnish all labor, tools, parts, materials, transportation, and all necessary item to provide maintenance services as listed hereafter: CLIN 0001 Annual Maintenance, CLIN 0002 Inspections/Monthly Preventative Maintenance, CLIN 0003 Routine Service Calls, CLIN 0004 Emergency Service Calls and CLIN 0005 Reimbursement of Parts & Plate Lift Equipment for six (6) Delta Model DSC501 Vehicle Arrest Systems located at Travis AFB. Delta's Operating Manual will be an attachment to any resulting award. Proposals shall be Firm Fixed Price with exception of the reimbursable CLIN 0005. Period of performance: Basic period 01 Jun 07 through 30 Sep 07 with four option years. Proposal shall include all costs necessary to perform services. Bid Schedule is as follows: Base Year CLIN 0001 6 ea, CLIN 0002 35 ea, CLIN 0003 25 ea, CLIN 0004 $39K CLIN 0005 22 ea. For each subsequent option year CLIN 1001 6 ea, 1002 66 ea, CLIN 1003 35 ea, CLIN 1004 $40-43K and CLIN 1005 22 ea. (Note Lump Sump amount may increase or decrease upon award for the base year) FOB is Travis Air Force Base. The following provisions or clauses apply to this acquisition. Offerors must comply with all instruction contained in FAR 52.212-1, Instruction to Offers-Commercial. FAR 52.212-2-Evaluation-Items paragraph (a) to this provision is completed as follows-Evaluation Factors: Technical and Price. Criteria for the technical evaluation consist of offerors submitting no more than a two-page document addressing their capacity and experience in maintaining security barriers. FAR 52.212-3-Offeror Representation and Certification-Commercial Items, a completed copy of this provision shall be submitted with the offer or contractor shall self certify that Annual Representation and Certification are on file at ORCA. The Online Representation and Certifications Applications (ORCA) can be accessed at web site at http://orca.bpn.gov FAR 52.212-4-Contract Terms and Conditions-Commercial Items will be incorporated into any resultant contract by reference. FAR 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item includes the following reference clauses FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contracts; FAR 52.203-6, Restriction on Subcontractor Sales to the Government with Alt I; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-9, Small Business Subcontracting Plan; FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disable Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.222-41, Service Contract Act of 1965; FAR 52.22.42 Statement of Equivalent Rates for Federal Hires (Classification: Machinery Maintenance Mechanic Monetary Rate WG 10 Step 2 $26.14); FAR 52.222.43, Fair Labor Standards Act and Service Contract Act (Multiple Year and Option Contract); and FAR 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item (Dev) dated March 2007. The following clauses are also included: FAR 52.203-3 Gratuities; FAR 52.204-4 Printed or Copied Double Sided on Recycled Paper; FAR 52.204-7, Central Contractor Registration; FAR 52.209-6, Protecting the Government?s Interest; FAR 52.217-5, Evaluation of Options; FAR 52.217-8, Option to Extend Services; FAR 52.217-9, Option to Extend the Term of the Contract; FAR 52.227-2, Notice and Assistance Regarding Patent and Copyright Infringement; FAR 52.232.19, Availability of Funds of the Next Fiscal; FAR 52.242-13 Bankruptcy; FAR 52.247-34, F.O.B. Destination; FAR 52.253-1, Computer Generated Forms; DFARS 252.204-7004 ALT A, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Dev; DFARS 252.225-7012, Preference for Certain Domestic Commodities; DFARS 252.232-7003, Electronic Submission of Payment Requests;. DFARS 252.243-7002, Request for Equitable Adjustments; DFARS 252.247-7023 Alt III, Transportation of Supplies by Sea; and AFFARS 5352.201-9101 Ombudsman. Clauses may be accessed electronically in full text through http://www.farsite.hill.af.mil. Vendors must be actively registered with the Central Contractor Registration (CCR) in order to receive an award or payment. The CCR website is http://www.ccr.gov. Wage Determination No CA 2005-2069(Rev 2) dated 11/29/2006 applies to this solicitation, vendor may access wage determination at http://www.wdol.gov/. A site visit will be conducted on 15 May 07 at 0930 all interested parties shall contact Joe Molina at 707 424-7748 or Cora Armstrong at 707 424-7740 NLT 10 May 07. Contractors are asked to submit their TAX ID number with their proposal. Proposal must be valid for 30 days. Proposals may be transmitted by e-mail or fax to joe.molina-02@travis.af.mil, fax 707-424-2712, and are to be received at the 60th Contracting Squadron no later than 4:30 PM PST on 22 May 2007.
 
Place of Performance
Address: Travis AFB, CA
Zip Code: 94535-2632
Country: UNITED STATES
 
Record
SN01287914-W 20070506/070504222039 (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.