Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2010 FBO #3211
SOLICITATION NOTICE

56 -- Insulate Exterior Walls - SOW

Notice Date
9/7/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238310 — Drywall and Insulation Contractors
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB, Florida, 32403-5526
 
ZIP Code
32403-5526
 
Solicitation Number
F4ATA30223A001
 
Archive Date
9/29/2010
 
Point of Contact
Benjamin C. Nieto, Phone: 8502838634, Dennis A. M. Landry, Phone: 8502830061
 
E-Mail Address
benjamin.nieto@tyndall.af.mil, dennis.landry@tyndall.af.mil
(benjamin.nieto@tyndall.af.mil, dennis.landry@tyndall.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SOW exterior walls This is a combined synopsis/solicitation for services prepared in accordance with the format in FAR Subparts 12.6 and FAR Subparts 13.302, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, proposals/quotes are being requested, and a written solicitation will not be issued. This constitutes the only notification before award. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-47. The solicitation reference number is F4ATA30223A001. This acquisition will be a 100% small business set-aside; the North American Industry Classification System (NAICS) code is 238310. The Federal Supply Class (FSC) is 5640. The business size standard is $14.0 Million. IAW FAR 52.111-6, Brand Name or Equal -- If submitting an -or equal- product, vendor must supply manufacturer name and part number, and specifications. If equal, vendor must provide information with quote proving the equality of the items. Technical acceptability of or equal products shall be determined by the government. All quotes must reflect FOB Destination. The Government anticipates award on a best value basis. IAW FAR 52.212-2, Evaluation-Commercial Items, the Government intends to award a contract to the responsible offeror whose offer conforming to the proposal will be the most advantageous to the Government based on technical capability of the item offered to meet the Government requirement and price. 1. Technical Specification/Capability 2. Price Technical evaluation factors when combined are significantly more important than price. All Contract Identification Line Items (CLINS) are as follows: CLIN 0001: Demilec Heatlok Soy brand name or equal for closed cell spray foam insulation. R-14 closed cell spray foam insulation in Exterior Walls and Gable Ends of Bldg 1141. Total Square Feet: 9,129 CLIN 0002: Andek Firegard brand name or equal for fire retardant thermal barrier. Fire Resistant Waterproof Coating; Fire Retardant Thermal Barrier, 15 Minute Rating, sprayed over the R-14 Closed Cell Foam Insulation. Total Square Feet: 9,129 Vendor shall furnish all labor, tools, materials, facilities, and transportation necessary to perform the service: Insulate exterior walls and gable ends with R-14 closed cell spray foam insulation. Apply thermal barrier fire retardant over spray foam insulation up to a height of 18 feet. Applicable technical data MUST accompany quote if other than brand name is quoted. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. The following FAR/DFARS/AFFARS provisions/clauses apply to this acquisition: FAR 52.212-1 - Instruction to Offerors - Commercial Items FAR 52.212-2 - Evaluation - Commercial Items FAR 52.212-3 Alt I - Offeror Representations & Certifications - Commercial Items FAR 52.212-4 - Contract Terms &Conditions-Commercial Items FAR 52.212-5 Deviation - Contract Terms & Conditions Required to Implement Statutes or Executive Orders - Commercial Items FAR 52.219-1 Alt 1 - Small Business Program Representations FAR 52.219-6 - Notice of Total Small Business Set-Aside FAR 52.219-28 - Post-Award Small Business Program Rerepresentation FAR 52.222-3 - Convict Labor FAR 52.222-19 - Child Labor - Cooperation with Authorities and Remedies FAR 52.222-21 - Prohibition of Segregated Facilities FAR 52.222-26 - Equal Opportunity FAR 52.222-36 - Affirmative Action for Workers with Disabilities FAR 52.222-50 - Combat Trafficking Persons FAR 52.232-33 - Payment by Electronic Funds Transfer - Central Contractor Registration FAR 52.233-3 - Protest After Award FAR 52.233-4 - Applicable Law for Breach of Contract Claim FAR 52.247-34 - F.O.B. Destination FAR 52.252-1 - Solicitation Provisions Incorporated by Reference (http://farsite.hill.laf.mil) FAR 52.252-2 - Clauses Incorporated by Reference (http://farsite.hill.laf.mil) FAR 52.252-6 - Authorized Deviations in Clauses ("Defense Federal Acquisition Regulation Supplement" and "Chapter 2") 252.203-7000 - Requirements Relating to Copensation of Former DoD Officials 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights 252.211-7003 - Item Identification and Valuation 252.212-7001(Dev) - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7000 - Buy American Act-Balance of Payment Program Certificate 252.225-7001 - Buy American Act and Balance of Payment Program 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 - Levies on Contract Payments 252.247-7023 Alt III - Transportation of Supplies by Sea 5352.201-9101 - Ombudsman Wide Area Work Flow (WAWF) 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. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACT 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. Interested parties must include, with their quote, their CAGE code, tax identification number (TIN), and delivery date. Shipping terms will be F.O.B. Destination, Tyndall AFB, FL 32403-5526 with inspection and acceptance at destination.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/TynAFBCS/F4ATA30223A001/listing.html)
 
Place of Performance
Address: Tyndall AFB, FL, Tyndall AFB, Florida, 32403, United States
Zip Code: 32403
 
Record
SN02271937-W 20100909/100908064324-d87574bb7da79f127b607258338d3eb4 (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.