Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 30, 2020 SAM #6849
SOLICITATION NOTICE

35 -- Canopy Bldg 770

Notice Date
8/28/2020 12:33:23 PM
 
Notice Type
Solicitation
 
NAICS
332322 — Sheet Metal Work Manufacturing
 
Contracting Office
W7M9 USPFO ACTIVITY KSANG 190 TOPEKA KS 66619-1429 USA
 
ZIP Code
66619-1429
 
Solicitation Number
W50S7Y-20-R-0003
 
Response Due
9/17/2020 12:00:00 PM
 
Archive Date
10/02/2020
 
Point of Contact
Joseph Weber, Phone: 7858614737, Joseph Weber, Phone: 7858614737
 
E-Mail Address
joseph.weber.7@us.af.mil, joseph.weber.7@us.af.mil
(joseph.weber.7@us.af.mil, joseph.weber.7@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This solicitation, W50S7Y-20-R-0003, 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) 2020-07, effective 03 August 2020. The Government intends to award a firm-fixed price (FFP) contract to the vendor whose quote is the lowest price that meets the minimum specifications. This procurement is set aside 100% for small business. The NAICS code applicable to this requirement is 332322 and the small business size standard is 500 employees. The government evaluation factor for this acquisition is LOW PRICE that meets the minimum specifications. The government plans to award the lowest priced product that meets the minimum essential needs. The Government intends to make a single award as a result of this solicitation; however, multiple awards may be made if determined to be in the Government's best interest. The following commercial item is requested in this solicitation: � Required Line Items: 0001 � Design Services for Canopy installation (1 Each):� Contractor shall design a structure that is 76� wide (to match facility width), protrudes forward from the facility 15� and extends 24� upwards to integrate with the flashing on the top of the parapet wall.� Pitch of roof shall be no less than 3 inches per foot.� Design shall be a cantilever type with (5) support columns.� Measured from the brick fa�ade, support columns shall be 4 ft. min from the facility (to maintain electrical code from distribution panel) and no more than 6 ft. from the facility (to minimize chances of being struck by a vehicle).� Design services shall also provide footing design required for this cantilever structure.� Footing designs shall not allow connection to or undermining of Bldg 770 facility footings.� All designs must be approved and stamped by a Kansas Licensed Professional Engineer before production.� (PLEASE SEE ATTACHMENT 0001 FOR PICTURES WITH DIMENSIONS AND SPECS) 0002 � Fabrication of Canopy structure 1(Each):� Contractor shall fabricate cantilever canopy structure as designed in item 0001.� Fabrication shall include standard members as well as any custom designed support beams or columns required for this canopy.� Structural columns, girders and purlins shall be coated with a high quality primer.� Final coating will be completed by a separate contractor during installation.� Roofing material shall be a pre-finished standing seam metal panel of min 24 gauge.� Standing seam shall have a double locking seam.� Contractor shall provide all hardware required for bolted connection points 0003 � Delivery of Canopy structure Contractor shall deliver all structural steel components to the 190th Air Refueling Wing.� 5920 SE Coyote Dr. Topeka, KS 66619.� The government will provide offloading by means of dock and forklift services.� Materials will be stored inside hangar 666 until the time of installation. SUBMISSION REQUIREMENTS/RFQ TERMS: 1.� Offerors shall submit ALL of the following information with their quote on attached vendor information sheet. Company/Offeror Name: Company Tax ID Number: Company P.O.C: POC Phone Number: POC E-Mail: Cage Code or DUNS Number: Place of Manufacture (Required): Anticipated Delivery Time After Receipt of Order (ARO): F.O.B. (if origin, please provide cost): Net Payment Terms (Net 30, unless otherwise noted): 2. Offerors quotes shall include adequate information (product brochures, cut sheets, technical data sheets, etc.) for the Government to determine if the item being offered meets the Minimum Specifications identified below.� Links to web sites are not acceptable. Failure to provide adequate specification information will render the quote non-responsive, and it will not be considered for award. � 3. FAR and DFARS provisions/clauses incorporated into this RFQ and/or the resulting contract(s) are attached. The full text of the referenced provisions/clauses may be found at http://www.acquisition.gov.� Vendors must submit the Representations and Certifications from, Full Text Provisions and Clauses, with their quote only if they differ from, or have not been completed within, their System for Award Management (SAM) profile. � 4. Contractors must have an active System for Award Management (SAM) registration to be eligible for award. Register or check the status of your registration at http://www.sam.gov.� Please ensure your SAM profile reflects all socio-economic group(s) and NAICS Codes applicable to your business. If the NAICS code listed above is not included in your SAM profile, you must also complete the representations in FAR 52.219-1 and attach it to your quote. Contractors must submit invoices electronically using the Invoicing, Receipt, Acceptance, and Property Transfer (iRAPT) application within Wide Area Work Flow (WAWF) at https://wawf.eb.mil, and receive payment via Electronic Funds Transfer (EFT) to the bank account listed in their SAM profile. Please verify with your accounts receivable/billing department that they can comply with this billing method prior to submitting a quotation. � 5. FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment, DFARS 252.204-7016 Covered Defense Telecommunications Equipment or Services Representation, and DFARS 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services, certifications must be filled out and returned with your quote. 6. Questions regarding this solicitation shall be emailed to Mr. Joseph Weber joseph.weber.7@us.af.mil no later than 2:00 PM Central on Thursday 10 September 2020. Questions and Answers will be consolidated into a single Q&A document on a non-attribution basis and posted to the solicitation. 7. Proposals are due at 2:00 PM Central on Thursday, 17 September 2020. Proposals must be submitted by e-mail to joseph.weber.7@us.af.mil It is the vendor's responsibility to verify that quotes have been received at the Contracting Office prior to the due date and time.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/98d9f6a88c534250a4d3136ec5a759d7/view)
 
Place of Performance
Address: Topeka, KS 66619, USA
Zip Code: 66619
Country: USA
 
Record
SN05778002-F 20200830/200831093746 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.