Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2009 FBO #2840
SOLICITATION NOTICE

42 -- Purchase and Install Upgrades to Live Fire Trainer - J&A Brand Name - Statement of Work

Notice Date
9/1/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
Department of the Air Force, Air Combat Command, 20 CONS, 321 Cullen Street, Shaw AFB, South Carolina, 29152, United States
 
ZIP Code
29152
 
Solicitation Number
FA480309QA346a
 
Archive Date
10/1/2009
 
Point of Contact
Caroline L Bachelier, Phone: 8038955348, Ronald P. Alexander, Phone: 8038955392
 
E-Mail Address
caroline.bachelier@shaw.af.mil, ronald.alexander@shaw.af.mil
(caroline.bachelier@shaw.af.mil, ronald.alexander@shaw.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work Justification and Approval for Brand Name 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, quotes are being requested and a written solicitation will not be issued. This solicitation will be evaluated and awarded per the prescribed procedures of FAR Part 13, Simplified Acquisition Procedures. The solicitation number for this procurement is FA4803-09-Q-A346 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-36, Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20090825 and Air Force Acquisition Circular (AFAC) 2009-0803. The North American Industry Classification System code for this acquisition is 236210, with a Small Business Size Standard of $33.5 million. This acquisition is a 100% Small Business Set-Aside. This is Firm Fixed Price procurement and will be procured using commercial item procedures and award will be based on price. The contractor shall purchase and install "Westec" Stainless Steel Insulated liner system and remove the old system on the second floor burn room, provide new "Scout" temperature monitoring system to include new thermocouples, install three new rappelling anchors for the roof of the facilities, provide one burn room door for the second floor burn room and six (6) new "westemp" panels for the second floor burn room in building 9235, Shaw AFB South Carolina, 29152. The RFQ's submitted shall contain the following information: RFQ number, time specified for receipt of offers, name, address, telephone number of offeror, price, any discount terms and acknowledgement of all solicitation amendments (if applicable). Quote shall also contain all other documentation specified herein. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. Period of Acceptance for Offerors: The offeror agrees to hold its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is stated in an addendum to the solicitation. Late offers: Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers will be handled in accordance with FAR 52.212-1(f). The following FAR clauses and provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors -- Commercial Items (Jun 2008). Late offers: Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers will not be considered. Evaluation/Award: The Government will award a single contract resulting from this solicitation to the responsive responsible offeror whose quote conforms to the solicitation and will be most advantageous to the Government. 52.212-2, Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from 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 (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) Offerors shall complete a copy of the Online Offeror Representations and Certifications Application. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process. The following provisions and clauses are hereby incorporated by reference: FAR 52.212-3, Offeror Representations and Certifications -Commercial Items; 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 paragraphs (a) (b) (5)(i) (14) (15) (16) (17) (18) (19) (20) (21) (22) (36); FAR 52.222-3 Convict Labor (E.O. 11755); FAR 52.222-26 Equal Opportunity (E.O. 11246); FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); FAR 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C. 793), FAR 52.222-37, Employment Reports on Special Disable Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7036, Buy American Act - Free Trade Agreements - Balance of Payments Program (JUN 2005) (Alternate I) (JAN 2005) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note). 5352.201-9101 Ombudsman - ACC Ombudsman follows: Ms Lorraine Cotton, 129 Andrews Street, Langley AFB VA 23665-2769, Phone: (757) 764-5371 FAX: (757) 764-4400, Email: lori.cotton@langley.af.mil. FAR52.219-28 - Post-Award Small Business Program Representation, The Contractor represents that it [ ] is, [ ] is not a small business concern under NAICS Code ______________ assigned to contract number ______________.[Contractor to sign and date and insert authorized signer's name and title]. All quotes shall be marked with the Request for Quotation Number, Date and Time. Only Facsimile and electronic mail quotes will be accepted. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) BEFORE BEING CONSIDERED FOR AWARD. Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. Offerors shall include completed copy of the Online Offeror Representations and Certifications Application. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process. Quotations may be submitted via fax to (803)-895-5339 to the attention of Lt Caroline Bachelier, (803)-895-5348 or by e-mail to caroline.bachelier@shaw.af.mil. Quotations are to be received no later than 1400 EST, 16 September 09.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/20CONS/FA480309QA346a/listing.html)
 
Place of Performance
Address: 452 Killian Ave, Shaw AFB, South Carolina, 29152, United States
Zip Code: 29152
 
Record
SN01936101-W 20090903/090902005436-fb40f2d06a31a48cecb062d1551abe19 (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.