Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2002 FBO #0223
SOLICITATION NOTICE

V -- Move Museum

Notice Date
7/11/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Mobility Command, 92nd CONS, 110 West ENT Suite 200, Fairchild AFB, WA, 99011-9403
 
ZIP Code
99011-9403
 
Solicitation Number
F45613-02-Q-B031
 
Response Due
8/1/2002
 
Archive Date
8/1/2003
 
Point of Contact
Misty Van Brocklin, Contract Specialist, Phone (509) 247-2071, Fax (509) 247-8685, - Lydia Falk, Contracting Officer, Phone (509)247-4869, Fax (509)247-8685,
 
E-Mail Address
misty.vanbrocklin@fairchild.af.mil, lydia.falk@fairchild.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented for additional information included in the notice. This announcement constitutes the only solicitation; proposals are being requested on an unrestricted basis and a written solicitation will not be issued. Solicitation F45613-02-Q-B031 is issued as a request for quote utilizing Simplified Acquisition Procedures in FAR Part 13. A site visit will be held on 17 July 02 at 0900. Please contact the below named person for clearance. No Ozone Depleting Certification (ODC) required. The performance period will be 30 days for packing and moving and 2 years for storage. The North American Industry Classification System (NAICS) Code is 488991, size standard $18.5M. This acquisition is 100% set-aside for small business. Unit Small Business specialist is Mr. Dave Olsen (509)-247-4880; link to USAF Smal Business, http://www.selltoairforce.org; link to SBA http://sba.gov; link to unit public information http://www.fairchild.af.mil/lgcons. The complete SOO is available on this web page. Acceptance of services will be made by 92 ARW/DS. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-07, effective 15 May 2002, and Class Deviation 2002-o0003. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items (Oct 2000), FAR 52.212-2, Evaluation-Commercial Items (Jan1999) applies to this acquisition. The Government will award a contract resulting from this Request for Quote to the offeror whose offer conforms to the solicitation and provides the lowest total price. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (May 2002) applies to this acquisition (a completed-signed copy of this provision shall be submitted with any quotation and can be printed from the aforementioned website. The clauses at FAR 52.212-4, Contract Terms and Conditions (Feb 2002), FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2002) and DFARS 252.204-7004 (Nov 2001) apply to this acquisition. The following clauses are incorporated under paragraph (b) of FAR 52.212-5; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-26, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Afirmative Action for Workers with Disabilities (29 U.S.C. 4212); FAR 52.225-1, Buy American Act-Balance of payments Programs-Supplies; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer; under paragraph (c), the following clauses are incorporated: (1) 52.222-41, Service Contract Act of 1965, as amended (41U.S.C. 351, et seq), (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). The Equivalent Rates for Federal Hires is a Packer , WG 7002-05,$13.71 per hour plus or minus 30% fringe benefits and Motor Vehicle Operator, WG 5703-08, $16.36 per hour plus or minus 30% fringe benefits. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Offers are due by Thursday,August 1, 2002 not later than 4:00PM. No paper copies of this solicitation will be issued. Quotes may be faxed to Amn Misty Van Brocklin at 509-247-8685 or mailed to the above address. When the solicitation is posted it is imperative interested parties preview this site frequently for any updates/amendments. By submission of a proposal, the party acknowledges the requirement that a prospective awardee must be registered in the Central Contractor Registration (CCR) at www.ccr.gov prior to award, during performance, and through final payment of any contract resulting from this solicitation. Lack of current registration in the CCR database will make an offeror ineligible for award. Submit the following items with the quotation: 1) Pricing Schedule and 2) Completed Representation and Certifications, as required in FAR 52.212-3 (accessible at the Air Force FAR Site, http://farsite.hill.af.mil.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AMC/92CONS/F45613-02-Q-B031/listing.html)
 
Place of Performance
Address: Fairchild Air Force Base, WA
Zip Code: 99011
Country: USA
 
Record
SN00114894-F 20020713/020711215813 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.