Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 30, 2001 PSA #2967
SOLICITATIONS

56 -- CONCRETE FOR PREDATOR SHELTER

Notice Date
October 26, 2001
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, NV, 89191-7063
ZIP Code
89191-7063
Solicitation Number
F26600-02-Q-A004
Response Due
November 7, 2001
Point of Contact
Kamesha Johnson, Contract Apprentice, Phone 702-652-6003, Fax 702-652-9570, Email kamesha.johnson@nellis.af.mil -- Lillian Minor, Contract Specialist, Phone 702-652-5352, Fax 702-652-9570, Email lillian.minor@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: proposals are being requested and a written solicitation will not be issued. This solicitation F26600-02-Q-A004 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR) 12 and 13. This is 100% reserved for small business. The Standard Industry Classification (SIC) for this solicitation is 3273 and the North American Industry Classification System (NAICS) is 327320. Based on the Standard Size for a small business it is 500 people or less. The item description is as follows: Contractor shall provide Type Five (5), 3500 Pounds per Square Inch (PSI) Portland Cement Concrete (PCC) with 3/4 in. aggregate . Minimum slump of PCC shall be 3 inches with 1/2 in. tolerance. Contractor shall have enough transit trucks in order to deliver the required daily amounts. Contractor shall also have available a pumper truck for certain phases of placing concrete. Contracting Representatives, Captain Oscar Betancourt at (702) 652-1231 or TSgt Bryan Bolster at (702) 652-1739, will coordinate with the contractor a minimum of 48 hours prior to the delivery day, the time and the required amount to be delivered. Amounts will range from a minimum of 15 to a maximum of 225 Cubic Yards (CY) per day, not exceeding a total of 510 CY to be delivered between the 12th and 30th of November on 5 different delivery days (weekends not included). Work shall be performed during the hours of 7:00 am and 7:00 pm. Performance Period: 12 November 2001 to 30 November 2001. Bid shall include standing time rate as a separate item. Place of Performance is Indian Springs Air Force Auxiliary Field, NV 89018 located approximately 35 miles north of Las Vegas just off of the US 95N highway. The entire solicitation to include the Bid Schedule, Offeror Representations and Certifications and Past Performance Reference List will be released on the Federal Government Electronic Posting Systems (EPS) site, http://eps.gov. Amendments will be posted on the affected solicitation page EPS site. It is the offerors responsibility to monitor this site for the release of amendments (if any). The following provisions and clauses 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 52.211-16 Variation in Quantity, FAR 52.211-17 Delivery of Excess Quantities, FAR 52.212-1, Instructions to Offerors Commercial Items, 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, Award will be made to the responsible, responsive offeror whose offer will result in the best value to the government, price and past performance considered. The provisions at 52.212-3, Offeror Representation and Certifications Commercial Items, 52.212-4, Contract Terms and Conditions-Commercial Items applies to this solicitation. 52.212-5, Executive Orders-Commercial Items, 52.223-3, Hazardous Material Identification and Material Safety Data, 52.225-13, Restrictions on Certain Foreign Purchases, 52.225-15, Sanctioned European Union Country End Products and 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration applies for this solicitation. The provisions at 52.252-2, Clauses Incorporated by Reference apply to this solicitation. The provisions at 252.225-7000, Buy American Act- Balance of Payments Program Certificate, 252.204-7004, Required Central Contractor Registration, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this solicitation. Offerors must include with their proposal a completed copy of the provisions at 52.212-3, Offeror Representations and Certifications -- Commercial Items and a Past Performance Reference List (minimum of 3 references), which is an attachment to this solicitation. Offerors who fail to complete and submit Representations and Certifications and a Past Performance Reference List may be considered non-responsive. For solicitations issued after 1 Jun 98 all ** contractors are required to 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 to 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 to the Contracting Officer listed below, by US postal service to the address below. Quotations and any amendments (if any) must be signed, dated and submitted in writing or by fax by 2:00 PM Tuesday 07 November 2001 Pacific Standard time to the 99th Contracting Squadron, 5865 Swaab Blvd., Nellis AFB, NV 89191, Attention Kamesha R. Johnson. Contact Contracting Specialist Kamesha R. Johnson at (702) 652-6003, FAX NO. (702) 652-9570 (kamesha.johnson@nellis.af.mil) or Contracting Officer, TSgt Lillian G. Minor (Lillian.minor@nellis.af.mil) at (702) 652-5352, for information regarding this solicitation.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/USAF/ACC/99CONS/F26600-02-Q-A004/listing.htm l)
Record
Loren Data Corp. 20011030/56SOL001.HTM (D-299 SN5116W0)

56 - Construction and Building Materials Index  |  Issue Index |
Created on October 26, 2001 by Loren Data Corp. -- info@ld.com