Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2011 FBO #3563
SOLICITATION NOTICE

54 -- Pre-Engineered Building - Past Performance Questionnaire - Wage Determination - Building Specs

Notice Date
8/25/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
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
F4AB001203A002
 
Archive Date
9/24/2011
 
Point of Contact
Peter A. Tucker, Phone: 850-283-8630, Leslie Richardson, Phone: 850-283-8644
 
E-Mail Address
peter.tucker@tyndall.af.mil, leslie.richardson@tyndall.af.mil
(peter.tucker@tyndall.af.mil, leslie.richardson@tyndall.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Building Specifications DBA Wage Determination Past Performance Questionnaire 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 solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53. This announcement constitutes the only solicitation; proposals/quotes are being requested and a written solicitation will not be issued. The solicitation reference number F4AB001203A002 is issued as a Request For Quote (RFQ). This acquisition will be a 100% small business set-aside; the North American Industry Classification System (NAICS) code is 332311. The business size standard is 500 Employees. Contract Identification Line Item (CLINs) are identified below. CLIN 0001: Pre-engineered building (see attached specification sheet). CLIN 0002: Erection/Assembly of Building. Contractor shall provide all labor, tools, and materials to erect/assemble building (CLIN 0001) with an on-site technical consultant to supervise erection. Davis-Bacon Act labor standards apply to the on-site erection/assembly of the building. WAGE DETERMINATION: Wage Determination, General Decision Number FL100106, dated 17 June 2011 applies to this solicitation/acquisition. Referenced Wage Determination attached. EVALUATION FACTORS: IAW FAR 52.212-2, Evaluation-Commercial Items, the Government intends to 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 2. Technical Capability 3. Past Performance PAST PERFORMANCE: Offeror shall send attached Past and Present Performance Questionnaire to prior/current customers. Respondants shall send questionnaire directly to the government. Questionnaires are due no later than 4:30 PM CST on 09 September 2011 via email at peter.tucker@tyndall.af.mil. Sample questionnaire attached. 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 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6 - Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.212-1 - Instructions 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 and 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 I - 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 52.222-5 - Davis Bacon Act-Secondary Site of the Work FAR 52.222-6 - Davis-Bacon Act. FAR 52.222-7 - Withholding of Funds. FAR 52.222-8 - Payrolls and Basic Records. FAR 52.222-9, Apprentices and Trainees. FAR 52.222-10 - Compliance with Copeland Act Requirements. FAR 52.222-11 - Subcontracts (Labor Standards). FAR 52.222-12 - Contract Termination-Debarment. FAR 52.222-13 - Compliance with Davis-Bacon and Related Act Regulations. FAR 52.222-14 - Disputes Concerning Labor Standards. FAR 52.222-15 - Certification of Eligibility. FAR 52.222-19 - Child Labor - Cooperation with Authorities and Remedies FAR 52.222-21 - Prohibition of Segregated Facilities FAR 52.222-22 - Previous Contracts and Compliance Reports FAR 52.222-26 - Equal Opportunity FAR 52.222-35 - Equal Opportunity for Veterans FAR 52.222-36 - Affirmative Action for Workers with Disabilities FAR 52.222-37 - Employment Reports on Veterans FAR 52.222-50 - Combat Trafficking Persons FAR 52.223-3 - Hazardous Material Identification and Material Safety Data FAR 52.223-11 - Ozone-Depleting Substances FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.232-33 - Payment by Electronic Funds Transfer-CCR FAR 52.233-3 - Protest After Award FAR 52.233-4 - Applicable Law for Breach of Contract Claim FAR 52.252-1 - Solicitation Provisions Incorporated by Reference FAR 52.252-2 - Clauses Incorporated by Reference FAR 52.252-6 - Authorized Deviations in Clauses DFARS 252.203-7000 - Requirements Relating to Compensation of Former Dodd Officials DFARS 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7008 - Export-Controlled Items DFARS 252.212-7000 - Offeror representations and certifications - Commercial items DFARS 252.212-7001 Deviation - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.223-7001 - Hazard Warning Labels DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010 - Levies on Contract Payments DFARS 252.243-7001 - Pricing of Contract Modifications DFARS 252.243-7002 - Requests for Equitable Adjustment AFFARS 5352.201-9101 - Ombudsman 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. Inspection and acceptance at destination, Tyndall AFB, FL 32403-5526.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/TynAFBCS/F4AB001203A002/listing.html)
 
Place of Performance
Address: Tyndall AFB, Panama City, Florida, 32403, United States
Zip Code: 32403
 
Record
SN02550282-W 20110827/110826000636-cd791c78ec45bd43bde5728880b1c59f (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.