SOLICITATION NOTICE
54 -- MODULAR BLDG EGLIN AFB, FLORIDA - Package #1
- Notice Date
- 6/24/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 236210
— Industrial Building Construction
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Lackland AFB - 802th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, Texas, 78236-5253, United States
- ZIP Code
- 78236-5253
- Solicitation Number
- FA3047-11-MLW0001
- Point of Contact
- Mary LouWalther, Phone: (210)671-1734, John S. Bandy, Phone: 2106713179
- E-Mail Address
-
marylou.walther@us.af.mil, john.bandy@us.af.mil
(marylou.walther@us.af.mil, john.bandy@us.af.mil)
- Small Business Set-Aside
- HUBZone
- Description
- WAGE DETERMINATION NO: 2005-3033, REV NO: 11, DATE OF REVISION: 06-13-2011 DRAWING AND FLORIDA BUILDING CODE LINK STATEMENT OF WORK ATTACHMENT 1 This is a combined synopsis/solicitation for commercial items 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; offers are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ) and the reference number is FA3047-11-MLW0001. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-1-2 and DFARS change notice 20060814. The Offeror must be an authorized dealer and must quote on an all or none basis. Written quotes are required (oral offers will not be accepted). Submission of quotes must be in accordance with FAR 52.212-1-Instructions to Offerors- Commercial Items. The government will award a purchase order resulting from this solicitation to the lowest evaluated priced and responsible offeror. Please include CAGE Code, DUNS, Tax Identification Number, FOB Point, and Discount Terms. Availability and how long it will take to ship. Submitted quotes must be effective for 30 days after submission. This is a 100 percent HUBZONE set aside. The NAICS code is 236210. The size standard is $33.5M. The requirement is described as follows: REQUEST FOR QUOTE SOLICITATION NUMBER FA3047-11-MLW0001 1. Submission of Quotes Due Date: As soon as possible but not later than 13 July 11 at 3:00 PM Central Standard Time (CST) Submitted quotes must be effective for 30 days after submission. Quotes may be faxed to 210-671-3360 Attention: MARY LOU WALTHER, and quotes may be e-mailed to Mary Lou Walther at mary.walther@us.af.mil 2. Company Info: Please provide the following information: Legal Business/Company Name (as it is indicated in CCR/ORCA): DUNS # Cage Code Number: ______ POC: ______ Tel: ______ E-Mail Address: _______ Tax ID#: ________________________ Type of Quote (please check one): ______ GSA _______ Open Market GSA Number: _________ (for GSA quotes) 3. Description of Goods/Services: DESCRIPTION: Remove existing building and replace with new modular style barracks, set-up FOR OCCUPANCY AT THE Eglin AFB, Florida, FTX site. QUANTITY 1 LOT UNIT PRICE: $____________ TOTAL PRICE: $__________ SITE VISIT: A site visit will take place on 30 Jun 11 at 10:00 (EST) Main POC: TSgt. Ross Robinson, cell phone Number: 706-662-7437, or SMSgt. Troy Lungquest commercial phone number: 850-884-1142, or Major Christopher Wright, commericial phone: 850-884-6900. The NAICS code is 236210. The size standard is $33.5M_____. 4. Please complete the unit price/extended amount/total cost and terms below: ITEM DESCRIPTION 0001 Remove existing building and replace with new modular style barracks, set up for occupancy at Eglin AFB, FL See Attached Documents: Statement of Work, dated 18 May 11(Attachment 1) Florida building codes website, and Drawing (Attachment 2) Wage Determination No. 2005-3033 Rev. 11, dated 06-13-2001 (Attachment 3) Deliver/Ship To: Eglin AFB, FL FOB: Payment Terms: Delivery Date: _________________________ 5. This is a 100 percent HUBZONE set aside. 6. Basis for Award. The 802nd CONS will issue a purchase order to the vendor who is determined to have offered the Best Value to the Government, for performance of all the tasks required in the Statement of Work (Attachment 1). The government intends to award a purchase order without discussions with respective vendors/quoters. The government however, reserves the right to conduct discussions if deemed in its best interest Best Value Evaluation. For this procurement, the Best Value determination will be made based on Price Only. Price Evaluation: The Government will conduct a privce evaluation of all quyotes that are in conformance with the solicitation and are deemed reponsive. The price evalouation will consist of a comparison of all responsive quaotes submitted with each other. Prices will be ranked by total evaluated price. The agency will evlaute any CLIN subject to the Service Contract Act (SCA) for compliance with FAR 52.222-43 which projibits escalation of SCA costs in option years. Such escalations in those SCA covered categories will render the quote not in conformance with the solicitation and marked unresponsive, the agency will not further evaluate or consider the proposal for award. 7. Bid Schedule: The contractor will be required to begin performance on the Contract Line Items (CLINS) pricing structure in the Bid Schedule (Attachment 1) will be based on a Firm Fixed Unit Price for the period of performance specified for the CLINS in the Bid Schedule. All overhead costs along with Other Direct Costs, must be included in the unit rate. 8. Service Contract Act (SCA): The Service Contract Act does apply to the removal and installation of new modular style barracks, set-up for occupancy at the Eglin AFB FTX Site for this purchase order procurement. The Wage Determination No.2005-3033, Revision No. 11, dated 06-13-2011 (Attachment 3) is hereby incorporated into this RFQ. (a) Completed Bid Schedule See attached. Vendors are required to fill in the unit price for all the Contract6 Line Items (CLINS). The Unit Price should be: rounded to the penny to avoid rounding errors; be consistent with the pricing submitted on your contract, including any discounts; and should take into consideration the unique requirements of this acquistionall costs related ot the performance of these services). Since award will be made without discussions, contractors are encouraged to offer their most advantageous pricing in with their response. 9 If you have any questions, please contact the contract administrator, _Mary Lou Walther at (210) 671-1734 or via e-mail at mary.walther@us.af.mil or the contracting officer, John S. Bandy, at (210) 671-3179 or via email at john.bandy@us.af.mil. The fax number is (210) 671-3360. 10. Mandatory Registrations: To be eligible for award, the On-line Registration and Certifications Application (ORCA) and Central Contractor Registration (CCR) registrations must be current. If your Reps & Certs are not current go to the http: //orca.bpn.gov/ and provide mandatory information. For first time registration or to update CCR, go to http://www.ccr.gov/. If the ORCA link does not open, go to the CCR hyperlink and there will be a hyperlink for ORCA in the CCR site. 11. The following FAR/DFARS provisions and clauses are applicable to this request/solicitation for open market quotes: 52.212-1, Instructions to Offerors-Commercial Items, 52.212-4, Contract Terms and Conditions-Commercial Items, Addendum: Para (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be change unilaterally by the Government. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) 52-219-6 Notice of Small Business Set-Aside 52.222-41 Service Contract Act of 1965 52.233-3, Protest After Award 52.252-2, Clauses Incorporated By Reference 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. 252.232-7003, Electronic Submission of Payment Requests Clause in Full Text 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits 16010 Assembler $8.56 31364 Tractor-Trailer Truckdriver $14.23 23411 HVAC Mechanic $19.67 23160 Electrician $18.73 (End of Clause)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/FA3047-11-MLW0001/listing.html)
- Place of Performance
- Address: EGLIN AFB, FL, EGLIN AFB,, Florida, 32542, United States
- Zip Code: 32542
- Zip Code: 32542
- Record
- SN02481752-W 20110626/110624234524-710efcea68d75f8ffebb4c7a119663ae (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 |