Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2012 FBO #3945
SOLICITATION NOTICE

J -- Fire Suppression Systems Testing and Inspection - Package #1

Notice Date
9/10/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Columbus AFB, Contracting Squadron, 495 Harpe Blvd Suite 256C, Columbus AFB, Mississippi, 39710, United States
 
ZIP Code
39710
 
Solicitation Number
F1N3BD2243A001
 
Point of Contact
Jacob Lewis, Phone: 662-434-7782, Robert C. Gable, Phone: 662-434-7782
 
E-Mail Address
jacob.lewis@columbus.af.mil, robert.gable@columbus.af.mil
(jacob.lewis@columbus.af.mil, robert.gable@columbus.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Bid Schedule Wage Determination Statement of Work 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; quotes are being requested and a written solicitation document will not be issued. This solicitation is issued as a Request for Quotation (RFQ); solicitation/reference number is F1N3BD2243A001. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. This acquisition is a Total Small Business Set-aside. The associated North American Industry Classification System (NAICS) code is 561621, and the small business size standard is $12.5M. Columbus Air Force Base has a need for non-personal services to provide all labor, tools, parts, materials, facilities, and transportation necessary to perform the following services: Inspect and Test the fire foam suppression systems at Buildings 406, 441 and 995 in accordance with the attached Statement of Work. Provide fire suppression inspection and testing services in accordance with the attached Statement of Work (SOW) or (1) Item 0001--AA: Inspect and Test, Fire Suppression System, Facility 406 Quantity: one (1) Lump Sum; Item 0002--AA: Inspect and Test, Fire Suppression System, Facility 440, Quantity: one (1) Lump Sum. 0003--AA: Inspect and Test, Fire Suppression System, Facility 995, Quantity: one (1) Lump Sum Required period of performance: 60 days after contract award. FOB: Destination, performance at Columbus AFB, MS 39710. The Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition; no addenda are included. 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items applies; offerors shall complete the Online Representations & Certifications Application (ORCA) at http://orca.bpn.gov; ensure information is accurate and current. The following FAR provisions and clauses apply to this acquisition: 52.252-1, Solicitation Provisions Incorporated by Reference and 52.252-2, Clauses Incorporated by Reference with the following fill-ins: http://farsite.hill.af.mil/vffara.htm; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Specifically, the following clauses cited within 52.212-5 are applicable: 52.219-6, Notice of Total Small Business Aside; 52.219-28, Post Award Small Business Program Representation; 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; 52.223-18, 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; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires with the following fill-ins: Wage Determination number: 1995-0221, Revision 29, dated 06/22/2012 applies. The following Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply: 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, 252.204-7003 Control of Government Personnel Work Product, 252.204-7004 Alternate A, Central Contractor Registration, 252.232-7010 Levies on Contract Payments, and 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Specifically, the following clauses cited within 252.212-7001 are applicable: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.247-7023, Transportation of Supplies by Sea, Alternate III. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) provisions and clauses apply: 5352.201-9101, Ombudsman; 5352.223-9001, Health and Safety on Government Installations; 5352.242-9000 Contractor Access to Air Force Installations. All interested parties must be registered with the System for Award Management Registration as prescribed in DFARS 252.204-99 System for Award Management Registration. Award cannot be made to an offeror unless they are registered and current in the SAM database. The SAM can be accessed at https://www.acquisition.gov. EVALUATION CRITERIA: 52.212-2 -- Evaluation -- Commercial Items applies to this acquisition. The specific evaluation criteria in 52.212-2 paragraph (a) are as follows: Price and technical capability will be evaluated. The technical evaluation will be pass or fail. To receive a pass rating the offeror must take no exception to the Statement of Work. Price evaluation will be lowest price technically acceptable. Contact Jacob Lewis, Contracting Specialist, telephone (662) 434-7763, fax (662) 434-7782 or e-mail: jacob.lewis@columbus.af.mil regarding any questions about this solicitation. The alternate contact telephone number is (662) 434-7773. All offers must be submitted by email or fax to the Contracting Specialist no later than 18 Sep 2012 by 4:00 p.m. CST. A “Quotation Template” has been provided to ensure the needed information the Government requires is included with your offer; if a company template or format is used, ensure you include this needed information. Oral quotes will not be accepted.. Attachments: 1. SOW dated 17 Aug 10 2. Wage Determination 3. Bid Schedule
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/ColAFBCS/F1N3BD2243A001/listing.html)
 
Place of Performance
Address: Columbus AFB, MS 39710, Columbus, Mississippi, 39710, United States
Zip Code: 39710
 
Record
SN02875308-W 20120912/120911000245-e41bcf2aa7b951800a8fe9a2bdb78662 (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.