Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2009 FBO #2676
SOLICITATION NOTICE

N -- Rescue Vehicle Mod - Statement of Work

Notice Date
3/23/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336211 — Motor Vehicle Body Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 460 CONS / LGC, 460 CONS / LGC, 510 S. Aspen St. (MS 92), Bldg 1030, Buckley AFB, Colorado, 80011-9551
 
ZIP Code
80011-9551
 
Solicitation Number
F1K3DA8354A002
 
Archive Date
4/11/2009
 
Point of Contact
Louson Ramos, Phone: 7208476695, Thomas Elliott,, Phone: (720) 847-9952
 
E-Mail Address
louson.ramos@buckley.af.mil, tom.elliott@buckley.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work This combined synopsis and solicitation will result in one award only and the contractor shall provide a quote on an ALL or NOTHING basis. Buckley AFB, CO is seeking commercial items for the 460th Civil Engineering Squadron Buckley AFB, Aurora, Colorado. This solicitation is prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, and written copies of this solicitation will not be provided. Quotes are being requested. FOB is destination. The purchase request number is F1K3DA8354A002 and is issued as a Request for Quotation (RFQ) F1K3DA8354A002. Attachments (Statement of Work), Contractor will be responsible for labor, tools, material, and transportation necessary to perform the following: purchase, shipping, delivery and installation of the following Line Items (0001-AA): Rescue Vehicle Modification This procurement is being issued as TOTAL SMALL BUSINESS set aside. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-08 and DCN 20060412. North American Industrial Classification System Code 336211 and size standard of 1000 employees. The Government intends to make a single award, Firm Fixed Price Purchase Order under Simplified Acquisition Procedures (SAP) using FAR Part 13, to the lowest price technically acceptable offerer whose offer is the most advantageous to the Government. The following provisions and clauses are hereby incorporated by reference: 52-212-1 Instructions to Offerors; 52.212-3 Offeror Representations and Certifications-Commercial Items, Contractor must also submit their representations and certifications at the online Representations and Certifications applications (ORCA) website at http://orca.bpn.gov- Commercial Items shall be completed and submitted with the proposal; 52.212-4 Contract Terms and Conditions--Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation); 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-6 Notice of Total Small Business Set Aside; 52.222-3 Convict Labor; 52.222-19 Child Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-22 Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-3 (alt 1) Buy American Act - Free Trade Agreements - Israeli Trade Act 52.225-13 Restrictions on Certain Foreign Purchases; 52.225-15 Sanctioned European Union Country End Products; 52.225-16 Sanctioned European Union Country Services; 52.215-5 Facsimile Proposals; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; 52.252-2 Clauses Incorporated by Reference; 52.252-6 Authorized Deviations in Clauses; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7012 Preference for Certain Domestic Commodities; 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings; 252.225-7036 Buy American Act - Free Trade Agreements - Balance of Payments Program; 252.232.7003 Electronic Submission of Payment Requests; 252.204-7003 Control of Government Personnel Work Product; 252-204-7004 Alt A, Required Central Contractor Registration; 252.223-7006 Prohibition of Storage and Disposal of Toxic and Hazardous Materials; 252.225-7002 Qualifying Country Sources As Subcontractors; 5352.201-9101 Ombudsman (paragraph (c) of the clause reads, Mr. Michael D. McAdams, HQ AFSPC/MSK Attn: Michael McAdams, 150 Vandenberg Street, Suite 1105, Peterson AFB, CO 80914-4350, Phone: 719-554-5250, Fax: 719-554-5299, e-mail: michael.mcadams@peterson.af.mil); 5352.223-9001 Health and Safety on Government Installations; 5352.242-9001 Contractor Access to Air Force Installations; Orders Applicable to Defense Acquisitions of Commercial Terms; and DFARS can be accessed on the Internet at http://farsite.hill.af.mil. Contractor shall be required to invoice through the Wide Area Work Flow (WAWF) system. More information can be found at the WAWF website https://wawf.eb.mil or by calling their Customer Support Team at 1-866-618-5988. The contractor must have current registration through Central Contractor Registration (CCR), http://www.ccr.gov, to be eligible for award. For help with registering in CCR, contact the CCR Assistance Center at 1-888-227-2423. Ensure you send your information (attendee, company, phone number on Company letterhead) by the means listed below at least 48 hours prior to site visit in order to facilitate your entry on the installation. It is not mandatory you attend in order to submit a quote. Those that do attend will not receive any preferential consideration. All communications concerning this requirement, its attachments (Reference F1K3DA8354A000) Telephone or oral questions will not be accepted. Answers will be compiled, answered and posted electronically at www.fedbizopps.gov to all responsive bidders. Questions may be faxed or emailed. Email is the preferred method of receipt: Facsimile: (720) 847-6443 Email: louson.ramos@buckley.af.mil or tom.elliott@bucklay.af.mil All quotations shall include the following information: Company's complete mailing and remittance address, discounts for prompt payment, if any (e.g. 1% 10 days), the company's CAGE Code, Duns & Bradstreet number, and Taxpayer ID number, expiration of quote. Quotes must be valid for a period no less than 90 days. Contractor shall indicate, by number of calendar days, timeframe from receipt of order to completion of installation. To assure timely and equitable evaluation of quotations, the quotations must be complete, self-sufficient, and respond directly to the requirements. Also, quotations shall be written on 8 ½" x 11" paper and foldouts for charts, tables, or diagrams may not exceed 11" x 17". Typing shall not be less than 12 font, with 1" margins, however smaller, legible font size may be used for charts and tables. Parties responding to this solicitation may submit their quote in accordance with standard commercial practices. However, quotes must include a UNIT price, EXTENDED price, TOTAL QUOTE price, SHIPPING & DELIVERY price and INSTALLATION price at a minimum. They must include detailed technical specifications and warranty information. Detailed price breakdowns are encouraged of items quoted, however shipping and installation shall cover all equipment items The government will not reimburse the contractor for any monies spent to provide the quotation. Quotes are due no later than 2:00 PM MDT, 20 March 2009
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3cd287e2e3b14962512aa578eef4dedb&tab=core&_cview=1)
 
Place of Performance
Address: Buckely AFB Colorado, United States
 
Record
SN01775402-W 20090325/090323215445-8e77cab9f3f5bad312372effc4f4107f (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.