Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 22, 2009 FBO #2645
SOLICITATION NOTICE

12 -- Replace ANSUL Horizontal Tank Bladder

Notice Date
2/20/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
F1M3E39040A001
 
Archive Date
3/14/2009
 
Point of Contact
Joseph Varney,, Phone: 843-963-5163, Joshua C. Brock,, Phone: 8439635197
 
E-Mail Address
joseph.varney@charleston.af.mil, joshua.brock@charleston.af.mil
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS - SOLICITATION FOR COMMERCIAL ITEMS (IAW FAR 12.603 (c)) (i) 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 this notice. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1M3E39040A001 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-06 (iv) This acquisition is listed as being full and open competition. The associated NAICS code is 561621 with a $12.5M size standard. This is a brand name or equal product acquisition. (v) Contractors shall submit a lump sum quote for the following: • 0001 The contractor shall supply all labor, material and equipment to furnish and install 1 each, 700 Gallon ANSUL horizontal tank bladder. Old bladder must be removed from tank and disposed of. After new bladder is installed, the contractor shall fill the bladder with 12 new 55 gallon barrells of High Expansion Jet-X Concentrate that is already on site. The contractor shall test and certify the new bladder upon completion of work to ensure it is operational. The contractor shall supply a 1 year warranty on all labor and parts. (vi) Delivery of this acquisition is FOB destination, approximately 30 Days after reciept of order. (vii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors-Commercial (viii); FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting form 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. Price - The Government will evaluate offers for award purposes or the total price for the requirement. (ix) Contractors shall include a completed copy of FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. (x) FAR 52.212-4 Contract Terms and Condition-Commercial Items; • FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply; FAR 52.222-21 -Prohibition Of Segregated Facilities; 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 Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. (xi) The additional clauses are applicable to this procurement; • 52.222-50, Combating Trafficking in Persons. • FAR 52.225-13, Restrictions on Certain Foreign Purchases (>$2,500) • Unless exempt pursuant to 23.204, insert the clause at 52.223-15, Energy Efficiency in Energy-Consuming Products, in solicitations and contracts when energy-consuming products listed in the ENERGY STAR® Program or FEMP will be-(a) Delivered;(b) Acquired by the contractor for use in performing services at a Federally-controlled facility;(c) Furnished by the contractor for use by the Government; or (d) Specified in the design of a building or work, or incorporated during its construction, renovation, or maintenance. • FAR 52.253-1 Computer Generated Forms FAR 52.232-1 Payments • DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414). • DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate • DFARS 252-225.7001, BAA - Balance of Payments Program • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors • DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.246-7000, Material Inspection And Receiving Report • AFFARS 5352.223-9001, Health and Safety on Government Installations AFFARS 5352.242-9000, Contractor Access to Air Force Installations (xii) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 27 February 2009 no later than 12:00 PM Eastern Standard Time. Requests should be marked with solicitation number F1M3E39040A001. (xiii) Address questions to Technical Sergeant Joe Varney, Contract Specialist, at (843) 963-5163, fax (843) 963-5183, email, joseph.varney@charleston.af.mil or 1st Lt Joshua Brock, Contracting Officer, Phone (843) 963-5197, email, joshua.brock@charleston.af.mil. For more opportunities, visit http://www.selltoairforce.org, and http://www.sba.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=037e303200e8c274fed303feee4ed73f&tab=core&_cview=1)
 
Place of Performance
Address: Charleston Air Force Base, Bldg 515., Charleston AFB, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN01754682-W 20090222/090220220120-037e303200e8c274fed303feee4ed73f (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.