SOLICITATION NOTICE
V -- Industrial Equipment Move Services
- Notice Date
- 12/17/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 484220
— Specialized Freight (except Used Goods) Trucking, Local
- Contracting Office
- Department of the Air Force, Air Force Reserve Command, 434th Operational Contracting Office, 448 Mustang Ave, Grissom ARB, Indiana, 46971-5320
- ZIP Code
- 46971-5320
- Solicitation Number
- F5D3160306AM01
- Archive Date
- 2/17/2011
- Point of Contact
- Sue Correll, Phone: 765-688-2345, Michael J Beckstrom, Phone: 765-688-2825
- E-Mail Address
-
sue.correll@us.af.ml, michael.beckstrom@us.af.mil
(sue.correll@us.af.ml, michael.beckstrom@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial service prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. F5D3160306AM01is issued as a request for proposal. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation as of July 1, 2010. This is a 100% small business set-aside NAICS Code 484220 size standard $25.5 million. The contractor shall provide all labor, supervision, transportation, equipment, tools, materials, and other items and services necessary to move industrial equipment at Grissom ARB, IN. The contractor shall move heavy industrial equipment from building 420 to building 437 dock 5. The move is to include unbolting, loading, hauling, offloading and placing of equipment to designated spot and re-anchoring and leveling as required. Equipment consists of the following items: Oil Can Crusher, grease guns, tank holders (92 each), truck lifts (5), truck stands (4), A/C machine, used oil tank, ladders (8), engine crane, lowpro trans jack, motor vac, torches (2), blade grinder, back buddy, battery chargers (4),antifreeze tank, oil pan racks (4), oil pan tank, spill kits (3), PPE kits, flammable lockers (4),hose crimper, tool boxes (6), tool kits (5), hose saw, hose reel rack, brake lathe and cabinet, fans, battery cabinet, coolant clean, transtech, carbon clean, fuel tanks (3), ice machine, trans jack and stands (4), sewing machine, compressor, 3-ton jack stands (6), 5-ton jack stands (6) 10-ton jack stands (20), portable oil drain (4), metal stand, port-a-cooler, carts (6), engine stand, stencil machine (4),floor scrubber and charger, Tig, Mig (2) and plasma welders, pressure washers (3), shear, chop saw, grinders (4), paint shaker, drill press, valve grinder, oil rack (2), tire rack (2) fans (8), press, tire spreader, balancer, tire demounters (3), car lifts (5), tire cage, vice (4), parts washer, cuda, jacks (16), Rod Cabinet. Prior to beginning the work, the contractor shall indicate to the Government any operations that may inhibit normal traffic flow. The contractor and all workers shall wear proper safety gear while working on or around the base. A pre-quote site visit is scheduled for 21 December 2010 at 10:00 am EST. Contractors will meet at the Operational Contracting Office located at 1900 West Mustang Avenue; Grissom ARB, IN 46971 and a bus will transport interested parties to the area that the work will take place. Contractors are encouraged to attend. Contractors need to be ready to start the move on 10 Jan 2011 and complete the work by close of business on 11 Jan 2011. The following clauses are incorporated by reference: FAR 52-212-1, Instructions to Offers-Commercial Item. 52.212-2, Evaluation-Commercial Items; Award will be made to the offeror based upon price and delivery. 52-212-3 Offeror Representations and Certifications-Commercial Items (Offerors must submit a complete copy with their offers; fill out online at ORCA,https://orca.bpn.gov/); 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, incorporating the following: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post-Award Small Business Program Rerepresentation 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers With Disabilities 52.222-41, Service Contract Act 52.222-42, Statement of Equivalent Rates for Federal Hires 52.223-18, Contractor Policy to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer__ Central Contractor Registration; 52.233-3, Protests After Award 52.233-4, Applicable Law for Breach of Contract Claim; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payment Program; 252-232.7003, Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010, Levies on Contract Payments; 252.246-7003, Notification of Potential Safety Issues. 52.252-2 Clauses Incorporated by Reference; This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. Applicable Wage Rates: Wage Determination No. 1996-0092; Revision No: 24; dated Revision: 06/15/2010 is applicable. Proposals will be accepted at Operational Contracting; 1900 West Mustang Avenue; Grissom ARB, IN. All responsible sources may submit a proposal, which may be considered. Effective 1 June 1998, all contractors are required to be registered in the Central Contractor Registration (CCR) at https://www.ccr.gov. The Department of Defense requires payment requests be made by electronic submission in accordance with Department of Defense Federal Acquisition Regulation, DFARS Clause 252.232-7003 Electronic Submission of Payment Request. Point of contact is Sue Correll 765-688-2345 or e-mail at sue.correll@grissom.af.mil Proposals should arrive NLT 29December at 10:00 am EST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/434OCO/F5D3160306AM01/listing.html)
- Place of Performance
- Address: Bldg 420, Grissom ARB, Indiana, 46970, United States
- Zip Code: 46970
- Zip Code: 46970
- Record
- SN02346551-W 20101219/101217234058-6f99b3ad4bf8b288f5fd95081f05dabe (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 |