|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 20,1998 PSA#2163325th Contracting Squadron, 501 Illinois Avenue, STE 5, Tyndall AFB, FL
32403-5526 N -- PROVIDE EQUIPMENT, ENGINEERING, AND TECHNICAL SUPPORT TO DESIGN
AND INSTALL A REMOTE POWER CONTROL SYSTEM SOL F08637 98 QY034 DUE
091598 POC TSgt Donald Sumner 850/283-8610 E-MAIL:
Lawrence.Kokocha@tyndall.af.mil, Donald.Sumner@tyndall.af.mil. The
325th Contracting Squadron at Tyndall AFB FL intends to award a
purchase order pursuant to FAR 12.6 for the purchase of Remote power
control system and commercial services. This is a combined
synopsis/solicitation for commercial services 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; proposals are being requested and a written
solicitation will not be issued. This is a Request for Quotation (RFQ),
RFQ No. F08637-98-QY034. The solicitation document, incorporated
provisions, and clauses are those in effect through the Federal
Acquisition Circular 97-04. This solicitation is 100% set aside for
Small Businesses under SIC 3812, size standard 750 employees. The
contractor shall furnish all labor, tools, parts, equipment, materials,
supplies, personnel, transportation and other items necessary to design
and install a remote power control system for the Tyndall Air Combat
Maneuvering Instrumentation Ocean Towers for services for Tyndall AFB
FL. The 325th OSS/OSTI at Tyndall AFB FL shall obtain from the
contractor all required services specified in the schedules that are
required to be purchased during the applicable performance period. The
anticipated purchase order will be bilateral and is expected to
consist of a performance period, which will not exceed 60 days.
Offerors are encouraged to submit commercial literature describing
their operations and capabilities. OFFERORS MUST PROVIDE INFORMATION ON
THEIR PAST PERFORMANCE, TO INCLUDE CONTRACT OR ORDER NUMBERS,
REFERENCES (NAMES) AND PHONE NUMBERS. OFFERORS MUST ALSO SUBMIT A
TECHNICAL PROPOSAL describing procedures. Contractor shall employ best
commercial practices in all services performed. The contractor shall
comply with all base security regulations and policy. The Government
will make award on the basis of (best value). The following factors
shall be used to evaluate quotes: (1) price (2) ability to perform, and
(3) past performance. The Government may conduct pre-award surveys to
determine offerors' technical and financial abilities to perform. FAR
52.212-1, Instructions to Offerors-Commercial, applies to this
acquisition. OFFERORS MUST INCLUDE WITH THEIR PROPOSAL A COMPLETED COPY
OF THE PROVISION AT 52.212-3, OFFEROR REPRESENTATIONS AND
CERTIFICATIONS-COMMERCIAL ITEMS. FAR 52.212-4, Contract Terms and
Conditions Commercial Items applies to this acquisition. It is tailored
as follows: subparagraph (c) is changed to read: "Changes. Changes in
the terms and conditions of this contract may be made only by written
agreement of the parties with the exception of administrative changes
such as changes in paying office, appropriations data, etc., which may
be changed unilaterally by the Government." FAR52.212-5, Contract
Terms and Conditions Required to Implement Statutes or Executive
Order-Commercial Items. Commercial Items applies to this acquisition,
as do the following FAR clauses cited therein: 52.203-6 Alternate I,
52.203-10, 52.219-8, 52.219-14, 52.222-26, 52.222-35, 52.222-36,
52.222-37, 52.222-41 (Wage Determination No. 94-2121 Revision 11 dated
6/1/1998 applies), 52.222-42, 52.222-43, 52.225-3, 52.232-33, and
52.233-3. The following FAR clauses also apply to this acquisition:
52.237-1, 52.237-2, and 52.252-2. In accordance with FAR 52.237.1, a
site visit is scheduled for offerers on 25 Aug 98, at 8:00 A.M. local
time. All contractors are to notify the administrator at 850/283-8610
no later than the day prior to the site visit. All contractors are to
meet at Building 647 Room 6 the morning of the site visit. The
following DFAR clauses apply to this acquisition: 252.204-7004
252.212-7000, 252.212-7001, and 252.237-7012. The following AETC FAR
Supplement clause applies: 5352.237-9001 Performance Conference (Jul
93) Offerors/bidders are hereby advised that if they are awarded a
contract as a result of this solicitation, they may be required to
appear at the 325th Contracting Squadron, Building Number 647, 501
Illinois Avenue, Suite 5Tyndall AFB, FL 32403-5526 to attend a
preperformance conference prior to commencement of an work on the
military installation. Referenced clauses and Wage Determination will
be made available upon request; or clauses may be accessed
electronically at http://farsite.hill.af.mil; and the Wage
Determination may be accessed electronically at
http://www.afmc.wpafb.af.mil/organizations/HQ-AFMC/PK/afciro/index.htm.
Prior to receiving any contract award contractors must be registered in
the Central Contract Registration (CCR) in accordance with DFAR clause
252.204-7004 REQUIRED CENTRAL CONRTACTOR REGISTRATION. If not already
registered, you should immediately register with CCR by calling
1-888-227-2423 or via the Internet at http://ccr.edi.disa.mil. On-line
registration with the CCR is also available at the Small Business
Administration Internet address (www.sbaonline.sba.gov). Proposals
should reference RFQ No. F08637-98-QY034 and are due by 15 Sept 98 to
325 CONS/LGCS ATTN: TSgt Donald Sumner, 501 Illinois Ave., Suite 5,
Tyndall AFB FL 32403-5526. For more information contract TSgt Donald
Sumner at (850) 283-8610 or TSgt Hunter at (850) 283-8623. You may also
email Donald.Sumner@tyndall.af.mil. Posted 08/18/98 (W-SN238397).
(0230) Loren Data Corp. http://www.ld.com (SYN# 0071 19980820\N-0003.SOL)
N - Installation of Equipment Index Page
|
|