MODIFICATION
H -- Furnish all labor, equipment, supplies, materials, testing, transportation, plant, and supervision necessary to investigate, repair, and recharge the Buckeye brand HEF system
- Notice Date
- 7/24/2012
- Notice Type
- Modification/Amendment
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- 172 AW/MSC, 141 Military Drive, Jackson, MS 39208-8872
- ZIP Code
- 39208-8872
- Solicitation Number
- W9127Q-12-T-0026
- Response Due
- 7/30/2012
- Archive Date
- 9/28/2012
- Point of Contact
- Kerry Walker, 601-405-8656
- E-Mail Address
-
172 AW/MSC
(kerry.walker@ang.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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 the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is W9127Q-12-T-0026 and is issued as a request for quotation (RFQ). This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. This acquisition is set-aside 100% for small business. The North American Industry Classification System Code (NAICS) is 561621 and the small business size standard is $12,500,000.00. The Governments requirement is to provide services, non-personal: Furnish all labor, equipment, supplies, materials, testing, transportation, plant, and supervision necessary to investigate, repair, and recharge the Buckeye brand HEF system in building 237, Thompson Field, Jackson IAP (ANG), Jackson, MS. All work shall comply with the Performance Work Statement dated 19 July 2012. The Performance Work Statement is available by contacting the contracting officer listed below. The government intends to award a firm fixed price contract. The contractor shall be familiar with Buckeye high expansion foam systems, trained by Buckeye, and be certified to work on Fire-Lite Alarms, Inc. alarm panels. The following clauses and provisions apply to this acquisition: FAR 52.204-7, Central Contractor Registration; FAR 52.204-10, reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations; FAR 52.212-1, Instruction to Offerors-Commercial; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, Alt 1; FAR 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; FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.219-28, Post Award Small Business Program Representation; FAR 52.222-3 Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-41, Service Contract Act of 1965; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.222-50 Combating Trafficking Persons; FAR 52.223-5, Pollution Prevention and Right-to-Know Information; FAR 52.223-18, Contractor policy to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; 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 52.237-1, Site Visit; FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation; FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.252-6, Authorized Deviations in Clauses; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; DFARS 252.201-7000, Contracting Officers Representative; DFARS 252.203-7000, Requirements Relating to Compensation of Former DOD Officials; DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFARS 252.204-7004 Alt A, Central Contractor Registration; DFARS 252.212-7001, Contract terms and conditions required to implement statutes or Executive Orders applicable to Defense acquisitions of commercial items; DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials; DFARS 252.225-7001 Buy American Act Balance of Payments; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel. *Note: The full text of a clause /provision may be accessed electronically at this address: http://farsite.hill.af.mil. Award will be made to the offeror, which is most advantageous to the government. To be eligible for an award, all contractors must be registered in the Central Contractor Registration (CCR). A contractor can contact CCR by calling 1-888-227-2423 or via the Internet at www.ccr.gov. All offerors must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications Application, https://orca.bpn.gov/. QUOTATIONS ARE DUE MONDAY, JULY 30, 2012 BY 11:00 A.M. LOCAL TIME. Quotes may be emailed to 172msg.contracting@ang.af.mil or faxed to (601) 405-8214. Questions concerning this solicitation should be addressed to SMSgt Kerry Walker, Contracting Officer, Phone (601) 405-8656 or email at kerry.walker@ang.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA22-2/W9127Q-12-T-0026/listing.html)
- Place of Performance
- Address: 172 AW/MSC 141 Military Drive, Jackson MS
- Zip Code: 39232-8881
- Zip Code: 39232-8881
- Record
- SN02814157-W 20120726/120725000900-1db68c38a45103c3daa9319cf9db1f04 (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 |