|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 24,1998 PSA#2165347 CONS/LGCS, 4380B Alabama Rd, Moody AFB, GA 31699-1794 19 -- SHIPS, SMALL CRAFT, PONTOONS AND FLOATING DOCKS SOL
F0960798B0022 DUE 090998 POC Roy Durham 912-241-0024 17. This is a
combined synopsis/solicitation for commercial items prepared in
accordance with the format in FAR 12.6, as supplemented with additional
information included in this notice. This announcement constitutes the
only solicitation; bids are being requested and a WRITTEN SOLICITATION
WILL NOT BE ISSUED. The solicitation number for this procurement is
F09607-98-B0022 and is issued as an Invitation for Bid (IFB). The
solicitation is a Small Business Set-Aside. The Standard Classification
Code (SIC) is 3448 (for coding purposes only) and the small business
size standard is 500 employees. The Bid Schedule shall be for Line Item
0001: Dock, floating to include: platform, walkway, and ramp, QTY 1,
Line Item 0002: Dock, floating to include platform, walkway, and ramp,
Qty 1, Line Item 0003: Dock, floating to include end platform,
walkway, and ramp. Specifications: Line Item 0001: Dock, floating
platform 10' X 70', walkway 90' X 5', and ramp 5' X 8', Line Item 0002:
Dock, floating platform 10' X 100', walkway 100' X 5', and ramp 5' X
8', Line Item 0003: Dock, floating end platform 10' X 60', walkway 170'
X 5', ramp 5' X 8'. Materials for all floating docks will be marine
grade aluminum frames, stainless steel hardware, double handrails
around perimeter of all docks, Styrofoam floatation by Dow Chemical or
equal. All other specifications IAW the Statement of Work and drawings
Installation: Line Item 0001: Lotts Pond (26 miles South of Moody AFB
GA), location to be determined by Government, Line Item 0002, Mission
Lake (on Moody AFB) and Line Item 0003, Grassy Pond (26 miles South of
Moody AFB), location to be same as existing docks. Existing docks to
be removed within 30 days by the Government from award date. All work
to be completed on Moody AFB GA. FOB Point: Destination. Performance
Period: 60 calendar days from the date of award. FACSIMILE BIDS WILL
NOT BE ACCEPTED. Standard Form 1449, Representations and
Certifications, Statement of Work, and drawings are available upon
request via facsimile to Roy Durham 912-257-3226. Project may be viewed
and bid forms/information downloaded via the internet at
www.moody.af.mil/lg/cons/bizops/lgcs.htm . Provision at FAR 52.212-1,
Instruction to Offerors Commercial Items applies to this acquisition.
SEALED BIDS SHOULD BE SUBMITTED USING BID COVER SHEET (SF 1449) SIGNED,
DATED AND SHALL CONTAIN THE FOLLOWING: SOLICITATION NUMBER; TIME
SPECIFIED FOR RECEIPT OF OFFERS, NAME, ADDRESS, AND TELEPHONE NUMBER OF
THE BIDDER, TERMS OF THE EXPRESSED WARRANTY; PRICE AND ANY DISCOUNT
TERMS; AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS. BID SHALL
ALSO CONTAIN ALL OTHER DOCUMENTATION SPECIFIED HEREIN. Bidders shall
submit descriptive literature IAW FAR 52.214.21 as an attachment to
bid. If the bid is not submitted on the SF 1449, Bidders shall include
a statement specifying the extent of agreement with all terms,
conditions, and provisions included in the solicitation. Offerors that
fail to furnish the required representations or information, or reject
the terms and conditions ofthe solicitation may be excluded from
consideration. All clarifications/rejections to the solicitation must
be resolved prior to bid opening. PERIOD OF ACCEPTANCE OF OFFERS: The
offeror agrees to hold the prices in its offer firm for 30 calendar
days from the date specified for receipt of offers, unless another time
period is specified in an addendum to the solicitation. LATE OFFERS:
Bids or modification of bids received at the address specified for the
receipt of offers after the exact time specified for receipt of offers
WILL NOT be considered. EVALUATION/AWARD: IAW FAR 52.212-2,
Evaluation-Commercial Items, the Government will award a contract
resulting from this solicitation to the responsible offeror whose bid
to this solicitation is the lowest overall price. To be eligible for
award, Offeror must be Central Contractor Registered (CCR). Information
concerning CCR registration requirements may be viewed via the internet
at http://ccr.edi.disa.mil or by calling the CCR Registration Centers
at 1-888-227-2423. OFFERORS SHALL INCLUDE A COMPLETE COPY OF THE
PROVISION AT FAR 52.212-3, OFFEROR REPRESENTATIONS AND
CERTIFICATIONS-COMMERCIAL ITEMS, WITH THEIR OFFER. Offerors can obtain
the SF 1449, Representations and Certifications Commercial Items FAR
52.212-3 by submitting request via facsimile at 912-257-3226, attn Roy
Durham or via internet at
http://www.moody.af.mil/lg/cons/commodities/rps_crts.doc . The listed
FAR clauses apply to this solicitation and are incorporated by
reference. All FAR Clauses may be viewed in full text by viewing the
Federal Acquisition Regulation Table of Contents via the internet at
http://www.arnet.gov/far/current/html/toc.html#52. 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. Pursuant to FAR Clause 52.212-5, the following
clauses are hereby incorporated by reference: FAR 52.222-3 Convict
Labor (E.O. 11755), FAR 52.233-3 Protest After Award (31 U.S.C. 3553
and 40 U.S.C. 759), FAR 52.219-8 Utilization of Small Business Concerns
and Small Disadvantaged Business Concerns (15 U.S.C. 637 (d)(2) and
(3)), FAR 52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-35
Affirmative Action for Special Disabled and Vietnam Era Veterans (38
U.S.C. 4212), FAR 52.222-36 Affirmative Action for Handicapped Workers
(29 U.S.C. 793), FAR 52.222-37 Employment Reports on Special Disabled
Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), FAR
52.225-3 Buy American Act-Supplies (41 U.S.C. 10), FAR 52.225-21 Buy
American Act-North American Free Trade Agreement Implementation
Act-Balance of Payments Program (41 U.S.C 10, pub.L.103-187), FAR
52.247-64 Preference for Privately Owned U.S. Flag Commercial Vessels
(46 U.S.C. 1241), FAR 52232-33 Mandatory Information for Electronic
Funds Transfer Payment. The Defense Priorities and Allocations System
(DPAS) rating is C9E. RESPONSE TIME: SEALED BIDS WILL BE ACCEPTED AT
THE 347 CONTRACTING SQUADRON DEPOSITORY LOCATED AT 4380B ALABAMA ROAD,
MOODY AFB GA 31699 UNTIL 2:00 P.M.E.S.T. on 09 SEP 98. ALL BIDS MUST
BE MARKED WITH "SEALED BID, SOLICITATION NUMBER, THE BID OPENING DATE
& TIME, AND PROJECT TITLE" ON THE OUTSIDE OF THE BID ENVELOPE. BID
OPENING OFFICER: HOWARD A. DODDS. The point of contact for this
solicitation is Roy Durham, 912-257-4710/3226 (fax). Numbered note: 1
Posted 08/20/98 (W-SN239653). (0232) Loren Data Corp. http://www.ld.com (SYN# 0235 19980824\19-0001.SOL)
19 - Ships, Small Craft, Pontoons and Floating Docks Index Page
|
|