Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2012 FBO #3926
SOLICITATION NOTICE

39 -- GTEM Cell Relocation - GTEM Cell Relocation SOW

Notice Date
8/22/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488991 — Packing and Crating
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFNWC/PKO - Kirtland (Operational Contracting Division), AFNWC/PKO Operational Contracting Division, 2000 Wyoming Blvd SE, Bldg 20604, Room B-9, Kirtland AFB, New Mexico, 87117-5606, United States
 
ZIP Code
87117-5606
 
Solicitation Number
F2KBAB2096A002
 
Archive Date
9/24/2012
 
Point of Contact
Nicholas C. Vincent, Phone: 5058531233, Julia E Johnson, Phone: 5058464904
 
E-Mail Address
nicholas.vincent@kirtland.af.mil, julia.johnson@kirtland.af.mil
(nicholas.vincent@kirtland.af.mil, julia.johnson@kirtland.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
F2KBAB2096A002, SOW 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; proposals are being requested and a written solicitation will not be issued. This requirement is a 100% Small Business Set-Aside. The NAICS Code for this synopsis/solicitation is 488991, Size Standard $25.5 million. Solicitation/Purchase Request number F2KBAB2096A002 is issued as a Request for Quote (RFQ). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-60, effective 26 July 2012. The Government intends to award one (1) contract with one (1) Contract Line Item Number (CLIN) as follows: CLIN 0001: Relocation of GTEM Cell DESCRIPTION: Non Personal Service to relocate and calibrate a GTEM Cell approximately two blocks at Kirtland AFB NM. SPECIFICATIONS: Please refer to the Statement of Work (SOW). UNIT OF MEASURE: LOT PERIOD OF PERFORMANCE: Within 30 Days of Contract Award FOB: Destination INSPECTION AND ACCEPTANCE: Destination The following provisions and clauses apply to this procurement: FAR 52.204-7, Central Contract Registration FAR 52.212-1, Instructions to Offerors - Commercial Items FAR 52.212-2, Evaluation - Commercial Items FAR 52-212-3, Alt I, Offeror Representations and Certification - Commercial Items (all offerors shall include a completed copy of this provision with their proposal) 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. [in paragraphs (b) and (c) the following clauses apply: 52.204-10; 52.209-6; 52.219-28, 52.219-6, 52.219-28, 52.222-3; 52.222-19; 52.222-21, 52.222-26, 52-222-36, 52.223-15, 52.223-18, 52.225-13, 52.232-33, 52.239-1] FAR 52.219-1 Alt 1, Small Business Program Representations FAR 52.222-41, Service Contract Act of 1965 FAR 52.222-42, Statement of Equivalent Rates for Federal Hires 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 23470 Laborer WG-02 $9.88 - $11.51 per hour 23592 Metrology Technician II WG-11 $25.13 - $29.34 per hour FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran - Certification FAR 52.225-41, Service Contract Act of 1965 FAR 52.228-5, Insurance - Work on a Government Installation FAR 52.232-1, Payments FAR 52.233-1, Disputes FAR 52.333-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.236-12, Cleaning Up FAR 52.237-1, Site Visit FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation FAR 52.249-1, Termination for Convenience of the Government (Fixed-Price) (Short Form) DFAR 252.204-7000, Disclosure of Information DFAR 252.204-7003, Control of Government Personnel Work Product DFAR 252.204-7004, Alt A, Central Contractor Registration DFAR 252.211-7003, Item Identification and Valuation DFAR 252.212-7000, Offeror Representations and Certifications--Commercial Items; DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial. [in paragraphs (b) and (c) the following clauses apply: 252.203-7000, 252.225-7001, 252.225-7036 Alt I, 252.232-7003, 252.247-7023 Alt III] DFAR 252.223-7004, Drug-Free Work Force DFAR 252.223-7008, Prohibition of Hexavalent Chromium DFAR 252.225-7000, Buy American Act - Balance of Payments Program Certificate DFAR 252.225-7002, Qualifying Country Sources as Subcontractors DFAR 252.232-7010, Levies on Contract Payments DFAR 252.239-7000, Protection Against Compromising Emanations DFAR 252.243-7001, Pricing of Contract Modifications AFFARS 5352.201-9101, Ombudsmen The following full text provisions and clauses apply to this procurement: FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998). This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998). 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/these address(es): http://farsite.hill.af.mil In accordance with the FAR 13.106-1(a)(2) offerors are notified that award will be made on the basis of lowest price technically acceptable. Offeror will be evaluated in accordance with FAR 13.106-2. All payments are to be paid via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at http://www.dfas.mil/dfas.html. Your purchase order/contract number or invoice will be required to inquire status of your payment. A mandatory site visit is scheduled for 30 August 2012 at 10:00 a.m. (Mountain Time). Vendors interested in attending the site visit must E-mail their intent to BOTH julia.johnson@kirtland.af.mil and nicholas.vincent@kirtland.af.mil by 27 August 2012 at 10:00 a.m. (Mountain Time). Quotes may be E-mailed (preferred) to nicholas.vincent@kirtland.af.mil or mailed to AFNWC/PKOA, ATTN: Nicholas C. Vincent, 2000 Wyoming Blvd., SE, Bldg 20604, Rm B-14, Kirtland AFB, NM 87117, or faxed to (505) 846-8925 ATTN: Nicholas C. Vincent. ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. If you are not registered, you may request an application at (888) 227-2423 or through the CCR website at http://www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/377CONSKOC/F2KBAB2096A002/listing.html)
 
Place of Performance
Address: Kirtland AFB, NM, Albuquerque, New Mexico, 87117, United States
Zip Code: 87117
 
Record
SN02849665-W 20120824/120822235827-0168f1d913c893c04368904ece0b8c7d (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.