Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 07, 2014 FBO #4670
SOLICITATION NOTICE

Z -- Bldg 51 Roof Repair - Requirement Documentation

Notice Date
9/5/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
Department of the Air Force, Air Mobility Command, 22 CONS, 53384 Kansas St, Suite 110, McConnell AFB, Kansas, 67221-3702, United States
 
ZIP Code
67221-3702
 
Solicitation Number
F2Z3C3433AW12
 
Archive Date
10/2/2014
 
Point of Contact
Robert Sovern, Phone: 3167594534, Andrew R. Fernandez, Phone: 3167595446
 
E-Mail Address
Robert.Sovern@us.af.mil, andrew.fernandez@us.af.mil
(Robert.Sovern@us.af.mil, andrew.fernandez@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ Wage Determination KS140007 Statement of Work, dated 8 May 2014 In accordance with FAR 12.603(c)(2): 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 solicitation is being issued as a Request for Quotation, which incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-76. The Government intends to award a Firm-Fixed-Price based on (LPTA). The associated NAICS code for this acquisition is 238160 with a size standard of $14.0M. The subject Request for Quote number is: F2Z3C34133AW12. McConnell AFB, KS 67221-3702 plans to acquire the following project: Bldg 51 Roof Repair CLIN 0001 - Bldg 51 Roof Repair Contractor shall provide all tools, equipment, materials, supervision, and transportation to repair the roof membrane of Bldg 51 in accordance with the Statement of Work, dated 8 May 2014. Unit of Issue: Lot Qty: 1 In accordance with FAR 52.219-6, Notice of Total Small Business Set-Aside, this is a notice that this order is a set-aside for small business concerns. Only quotes submitted by small business concerns will be accepted by the Government. Any quote that is submitted by a contractor that is not a small business concern will not be considered for award The following provisions and clauses in their latest editions apply to this acquisition: FAR 36.505 -- Material and Workmanship. FAR 36.507 -- Permits and Responsibilities. FAR 36.509 -- Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements. FAR 36.512 -- Cleaning Up. FAR 36.513 -- Accident Prevention. FAR 52.222-6, Construction Wage Rate Requirements. 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 Construction Wage Rate Requirements and Related Regulations. FAR 52.222-14, Disputes Concerning Labor Standards. FAR 52.222-15, Certification of Eligibility. Additional FAR clauses cited within the solicitation will be incorporated into the resulting contract. Award will be made to the responsive offeror determined to be the most advantageous to the government in accordance with the criteria listed in the attached solicitation. Awardee will be required to invoice through Wide Area Work Flow (WAWF). Award can only be made to contractors registered in System for Award Management (http://www.SAM.gov). In accordance with AFFARS 5352.201-9101, Ombudsman, (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Mr. Gregory S. O'Neal, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, phone number (618) 229-0267, facsimile number (618) 256-666, email: gregory.oneal@scott.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/AFISRA ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. **Before contacting the Ombudsman please contact the Contracting Officer, Russell Long via email at: russell.long.3@us.af.mil** **Offers are due by 1 p.m. CST Friday, 17 September 2014. Please fill out the attached solicitation and send with your offer. Interested parties shall submit their quotes via email to Robert Sovern via email at: robert.sovern@us.af.mil** **A formal site visit will not be conducted for this requirement; however individual site visits may be made upon request. Please contact robert.sovern@us.af.mil if you would like arrange a site visit.**
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/22CONS/F2Z3C3433AW12/listing.html)
 
Place of Performance
Address: McConnell AFB, Wichita, Kansas, 67210, United States
Zip Code: 67210
 
Record
SN03497779-W 20140907/140905235024-887fa3462ab65cd25844a4abdc3b4d56 (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.