Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2012 FBO #3948
SOLICITATION NOTICE

J -- ATV & Jet Ski Maintenance - Statement of Work - Wage Determination

Notice Date
9/13/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811490 — Other Personal and Household Goods Repair and Maintenance
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 36 CONS - Andersen, Unit 14040, Andersen AFB, 96543-4040
 
ZIP Code
96543-4040
 
Solicitation Number
N4155712RC086CO
 
Archive Date
10/3/2012
 
Point of Contact
Amber M. San Gil, Phone: 6713664943
 
E-Mail Address
amber.sangil@us.af.mil
(amber.sangil@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Determination Statement of Work 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; quotes are being requested and a written solicitation will not be issued. This solicitation, N4155712RC086CO, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2. The NAICS code is 811490 and the small business size standard is $7M. The following commercial service is requested in this solicitation: ATV & Jet Ski Maintenance services for the fleet of Kawasaki Mules and Jet Skis in support of the 36 Civil Engineer Squadron, Fire Department (36 CES/CEF), located on Andersen Air Force Base Guam. The quotation should meet the requirements outlined in the attached Statement of Work. Quotes should include the following: 1. Price breakout for: CLIN 0001 Each Kawasaki Mules Maintenance Service CLIN 0002 Each Kawasaki Jet Ski Maintenance Service TOTAL SERVICE PRICE 2. Manufacturer's recommended periodic schedule for each unit. 3. Past performance information that support the offerors ability to perform the services as outlined in the SOW and any information about experience working with these brands/types of equipment. Wage Determination In accordance with the Service Contract Act, the wage determination applicable to this procurement as set by the Secretary of Labor is as follows: WAGE DETERMINATION NUMBER 2005-2147 REVISION NUMBER: 14 DATE OF REVISION: 06/19/2012 A copy of the wage determination is attached. The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. Quotes will be evaluated and awarded to the offeror that represents best value to the government. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. The clause at 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. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.219-6, Notice of Small Business Set-Aside; FAR 52.222-26, Equal Opportunity; 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; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; The clause at DFARS 252.204-7004, Required Central Contractor Registration DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense acquisitions of commercial items; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.225-7001, Buy American Act and Balance of Payment Program. The Government reserves the right to award on a multiple award or an all or none basis. All firms must be registered in the System Acquisition Management @ www.sam.gov and shall be considered for award. Sent quotes to Amber San Gil at e-mail amber.sangil@us.af.mil. Responses to this RFQ are requested via e-mail, by 18 September 2012, 10:00am Eastern Standard Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/36CONS/N4155712RC086CO/listing.html)
 
Place of Performance
Address: Andersen Air Force Base, Guam, United States
 
Record
SN02882773-W 20120915/120914002746-ba6659009f6b3701604c7641a9cfa0e4 (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.