Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 04, 2009 FBO #2932
SOLICITATION NOTICE

99 -- Load Test - Performance Work Statement - Equipment List - RFQ Sheet

Notice Date
12/2/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
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
F1M2M29314A001
 
Archive Date
12/29/2009
 
Point of Contact
Lauren M. Wilson, Phone: 8439635166, Susan R. Reinhart, Phone: 8439635159
 
E-Mail Address
lauren.wilson@charleston.af.mil, susan.reinhart@charleston.af.mil
(lauren.wilson@charleston.af.mil, susan.reinhart@charleston.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ Sheet List of all equipment requiring testing PWS 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 only the solicitation. Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1M2M29314A001 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 2005-37. (iv) This acquisition is 100% set-aside for small businesses. The associated NAICS code is 334519 with a 500 employee size standard. (v) Contractors shall submit a quote for: Qty: 1 Lump Sum, Load Testing of Equipment (see attached list); and Qty: 1 Lump Sum, Miscellaneous Repairs. All responsible sources may submit a quote, which shall be considered. Please submit a quote for each item on the equipment list (attached); list the cost per test for each item. (vi) Contractor shall provide testing of only equipment listed on the attached equipment list on specified dates, as well as any miscellaneous repairs as necessary; on Charleston Air Force Base, South Carolina. (See attached performance work statement). (vii) Delivery for this acquisition is FOB Destination. Period of performance is 1 Jan 2010 through 31 Dec 2010 with 4 option years. (viii) 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. (ix) FAR 52.212-2 Evaluation-Commercial Items Evaluation. 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. Past Performance and 2. Price. Past performance and price, when combined, are equal. Offerors shall provide 3 references of your most recent projects for similar services. (x) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications--Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. (xi) The clause at 52.212-4 Contract Terms and Condition-Commercial Items, applies to this acquisition. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUN 2008) (Deviation) are incorporated by reference, however, 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. (xiii) The following additional clauses are applicable to this procurement. • 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 52.219-6, Notice of Total Small Business Set-Aside • FAR 52.219-28, Post Award Small Business Representation • FAR 52.222-3, Convict Labor • FAR 52.222-26, Equal Opportunity • FAR 52.222-44 Fair Labor Standards Act and Service Contract Act - Price Adjustment. • 52.222-50, Combating Trafficking in Persons. • FAR 52.225-13, Restrictions on Certain Foreign Purchases (>$2,500) • FAR 52.232-36, Payment by Electronic Funds Transfer-CCR • FAR 52.233-3, Protest After Award • FAR 52.237-3, Continuity of Services • FAR 52.242-15, Stop-Work Order • FAR 52.243-5, Changes and Changed Conditions • FAR 52.246-1 Contractor Inspection Requirements • FAR 52.247-34, F.O.B. Destination • FAR 52.253-1, Computer Generated Forms • FAR 52.252-2, Clauses Incorporated by Reference • FAR 52.252-6, Authorized Deviation in Clauses • DFARS 252.204-7003, Control of Government Personnel Work Product • DFARS 252.204-7004 Alt A, CCR • FAR 52.222-41, Service Contract Act • FAR 52.222-42, Statement of Equivalent Rates for Federal Hires • DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate • DFARS 252-225.7001, BAA - Balance of Payments Program • DFARS 252.225-7016, Restriction On Acquisition Of Ball and Roller Bearings • 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 5352.201-9101, Ombudsman (IAW 5301-9103); complete paragraph c as follows: Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0267, fax (618) 256-6668, e-mail: Michael.jackson@scott.af.mil. • AFFARS 5352.223-9001, Health and Safety on Government Installations • AFFARS 5352.242-9000, Contractor Access to Air Force Installations (xiv) Defense Priorities and Allocation System: N/A (xv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 14 December 2009 no later than 12:00 PM Eastern Standard Time. Requests should be marked with solicitation number F1M2M29314A001. Vendors must also include 3 references to reflect past performance. (xvi) Address questions to Lt Lauren Wilson, Contract Specialist, at (843) 963-5197, fax (843) 963-5183, email lauren.wilson@charleston.af.mil or Robert Melton, Contracting Officer, Phone (843) 963-5157, email robert.melton-02@charleston.af.mil. For more opportunities, visit http://www.selltoairforce.org, under LRAE Procurement Forecast and http://www.sba.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/F1M2M29314A001/listing.html)
 
Place of Performance
Address: 437 AMXS, Charleston AFB, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN02014834-W 20091204/091202235537-c6b441c94d25c4394a9762b37598caba (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.