COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 12, 2001 PSA #2955
SOLICITATIONS
54 -- PRE-ENGINEERED BLDG.
- Notice Date
- October 10, 2001
- Contracting Office
- 99th Contracting Squadron, 5865 Swaab Blvd, Nellis AFB, NV 89191-7063
- ZIP Code
- 89191-7063
- Solicitation Number
- F26600-02-Q-A001
- Response Due
- October 19, 2001
- Point of Contact
- Sandy Allen, (702) 652 -9561
- E-Mail Address
- george.dowdey@nellis.af.mil (Sandra.Allen@nellis.af.mil)
- Description
- 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. The solicitation number is (F26600-02-QA001) and is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR) PARTS 12 and 13 and those referenced below. The Standard Industry Classification (SIC) for this solicitation is 3272 and the North American Industry Classification System (NAICS) is 233320. This is unrestricted. The contract line item numbers are as follows: 0001 Design 0002 Fabrication 0003 Cost of delivery to Nellis AFB, NV priced separately in quote. Description: The contractor shall provide all labor, equipment, supplies, materials, engineering design and supervision to design, manufacture and deliver two pre-engineered buildings with leave-in-place insulated plastic form system kit in accordance with the attached Statement of Work. Delivery shall be to Nellis Air Force Base, Las Vegas, Nevada NO LATER THAN 1 January 2002. All parts/items delivered must fit in a standard size sea van (240 inches in length and 96 inches in width by 102 inches in height) for Government shipping. The delivery date must be identified in the quotes. U.S. military forces will erect the facility, the contractor shall provide all design, drawings and materials specified in this statement of work and attached drawings to allow facility construction by U.S. military forces. The contractor shall provide an on-site representative during construction of both buildings in accordance with the Statement of Work. Design and delivery shall be coordinated with the Government Technical Representative. The entire solicitation including, the Statement of Work, Drawings, Offerors, and Representations and Certifications will be Available upon request, please contact the Contract Specialist or Contracting Officer below. Amendments will be posted on the affected solicitation page EPS site. It is the offeror's responsibility to monitor this site for the release of amendments, if any: The following provisions and clauses apply to this solicitation and can be viewed through Internet access at Air Force FAR Site, http://farsite.hill.af.mil. The following clauses and/or provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors Commercial, with the following technical description in sufficient detail to evaluate compliance with the requirements of the solicitation (i.e. product literature), the terms of any expressed warranty, price and any discount, and delivery times; FAR 52.212-2, Evaluation Commercial Items, the government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the best value and most advantageous to the Government, price and other factors considered. The following factors, listed in order of importance, shall be used to evaluate offers: Technical compliance with the specifications, drawings and Statement of Work, delivery that meets the Government's needs, past performance and price. Other evaluation factors to determine Best Value will be systems that: allow more rapid construction, utilize lighter materials to reduce delivery costs and, use more cost effective materials. Award is anticipated on or about 1 November 2001, however, cancellation of this solicitation at no cost to the Government is possible due to the current world situation changing the need for this requirement. 52.212-3, Offeror Representation and Certifications Commercial Items, applies for this solicitation, FAR 52.212-4, Contract Terms and Conditions Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items, FAR 52.202-1 Definitions, FAR 52.203-5 Covenant Against Contingent Fees, FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, FAR 52.203-7, Anti-Kickback Procedures, FAR 52.211-5, Material Requirements, FAR 52.216-24, Limitation of Government Liability, FAR 52.216-25, Contract Definitization, FAR 52.223-13, Certification of Toxic Chemical Release Reporting, FAR 52.223-14, Toxic Chemical Release Reporting, FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.232-1, Payments, FAR 52.233-2, Service of Protest, FAR 52.233-3, Protest after Award, FAR 52.243-1, Changes fixed price, FAR 52.244-6, Subcontracts for Commercial Items and Commercial Items and Commercial Components. The offerors shall submit with their proposal the names and phone number of three (3) recent contracts of similar nature with other businesses or government agencies. Offerors must include with their quotes a completed copy of the provisions at 52.212-3, which is an attachment to this solicitation. Offerors who fail to complete and submit Representation and Certification and a past performance reference list may be considered non-responsive. For solicitations issued after 1 Jun 98 all ""Contractors are required to be Registered in the Central Contractors Registration (CCR)"". If not already registered, you should immediately register with CCR by calling 1-888-227-2423 or via the Internet at http://www.ccr2000.com. Contractors are required to have a Dun & Bradstreet number (DUNS) in order be registered in the CCR database. Lack of registration may make an offeror ineligible for award. A contractor can receive a DUNS number by calling Dun & Bradstreet at (800) 333-0505. Internet registration takes approximately 72 hours; mail-in registration takes approximately 30 days. Interested parties must submit any questions in writing (via e-mail, windows compatible) to BOTH individuals listed below, or fax to 702-652-9570, or by US postal service to the below address. Quotes and any amendments (if any) must be signed, dated and submitted in writing by fax 702-652-9570, electronic or mail to 99th Contracting Squadron, 5865 Swaab Blvd., Nellis AFB, NV 89191, attention Sandee Allen by 2:00PM 19 Oct 01. If sent by electronic means, windows compatible, a signed original of the SF 1449 and all amendments (if any) shall be faxed NLT the date and time above and mailed to the above address within (5) workdays. If quotes are sent by fax, the entire original hard copy shall be mailed to the above address within (5) workdays. Contact Contracting Specialist, Sandee Allen at (702) 652-9561(sandra.allen@nellis.af.mil) or Contract Officer, Mr. George Dowdey (george.dowdey@nellis.af.mil) at (702) 652-2099 for information regarding this solicitation.
- Web Link
- Commerce Business Daily (CBD) (http://cbdnet.access.gpo.gov)
- Record
- Loren Data Corp. 20011012/54SOL001.HTM (W-283 SN510428)
| 54 - Prefabricated Structures and Scaffolding Index
|
Issue Index |
Created on October 10, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|