Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2002 FBO #0264
MODIFICATION

17 -- FALL PROTECTION SAFETY SYSTEM

Notice Date
8/21/2002
 
Notice Type
Modification
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 452 LG/LGC, 1940 Graeber Street Bldg 449, March ARB, CA, 92518-1650
 
ZIP Code
92518-1650
 
Solicitation Number
F04605-02-T-0006
 
Response Due
9/9/2002
 
Point of Contact
Vivian Flotildes, Purchasing Agent, Phone (909) 655-2784, Fax (909) 655-3772, - Mary Boswell, Contracting Officer, Phone 909-655-3116, Fax 909-655-3772,
 
E-Mail Address
Vivian.Flotildes@march.af.mil, Mary.Boswell@march.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Fall Protection Safety System: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart12.6, 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. Solicitation F04605-02-T-0006,March Air Reserve Base Fall Protection Safety System for C-141 is issued as a request for quotation (RFQ). Fall Safety System is unique in that it possesses the flexibility to be used as both a passive safety system or as an active system. The passive safety system consists of a safety net to protect a falling worker. Both Active and Passive Fall Safety System gives the option of attaching a safety harness and lanyard to the stanchion to access some areas that are not already in compliance for fall protection. The contractor agrees to follow all security, safety and other Air Force rules and regulations while working on or near March Air Reserve Base for this effort. All required permits will be the responsibility of the contractor and must be in force at all times that the work is in progress. The provisions at FAR 52.212-1, Instructions to Offerors ? Commercial Items(10/2000), applies to this acquisition. Offeror?s may submit their offer via mail or fax at (909) 655-3772. The provision at 52.212-2, Evaluation ? Commercial Items (1/1999) applies to this acquisition. (a) The basis for Contract Award: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation requirements and will provide the best value of the Government considering price and past performance. The award is as follows: (1) All responsible offeror?s whose offer conforms to the solicitation requirements will be ranked by the quoted price form lowest to highest. (2) The Government reserves the right to award a contract to other than the lowest price offeror if that offeror is not considered to be a low performance risk as described in paragraph (b) below. (3) If the offeror offering the lowest price offer is considered to be low performance risk, this offeror?s quote represents the best value for the acquisition and award shall be made to the offeror. If the low offeror is not considered to be low risk, then the second low responsible offeror will be evaluated, etc. The lowest priced, low risk responsible offeror will receive the award. (b) Performance Risk Assessment: (1) The Government will conduct an assessment of performance risk based on the offeror?s recent and relevant performance. In assessing performance risk, the Government will (a) seek questionnaires; and (b) use data independently obtained from other Government and Commercial sources. (2) The purpose of this assessment is to identify and review relevant present and past performance and then make an overall risk assessment of the offeror?s ability to perform this effort. The assessment process will result in one of six ratings: Exceptional, Very Good, Satisfactory, None, Marginal, or unsatisfactory. The risk assessment represents the Government judgement of the probability of an offeror successfully accomplishing the proposed effort based on the offeror?s demonstrated present and past performance. (c) Offeror?s shall provide a list of at least 2 of the most recent and relevant past and present contracts as a fall safety protection performed for the Federal Agencies and commercial customers within the last 3 years. Furnish the following information for each contract: b. Company/division name, c. Service accomplished d. Contracting agency e. Contract number f. Contract dollar amount g. Period of Performance h. Name, address, Fax number, and telephone number of the Contracting Officer i. Comments regarding compliance with contract terms and conditions, j. Comments regarding any know performance deemed not acceptable to the customer or not in accordance with the contract terms and conditions. (d) Offeror?s should submit sufficient information and in the format specified to enable the Government to fully ascertain each offeror?s capability to perform all the requirements contemplated by this solicitation. Offeror?s may be asked, at the discretion of the Government, to provide additional information for clarification. The provision at FAR 52.212-3, Offeror Representation and Certifications (4/2001) applies to this acquisition. A completed, signed copy of this provision shall be submitted with any quotation. The clause at FAR 52.212-4, Contract Terms and Conditions ? Commercial Items (3/2001) applies to this acquisition. The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items, (5/2001) applies to this acquisition. Under Para (b), the following clauses are incorporated: 52.222-26, Equal Opportunity (E.O. 11246); FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241); FAR 52.219-6 Notice of Total Small Business Set-Aside (7/1996) applies to this acquisition; FAR 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration (5/1999). The clause at DFARS 252.204-7004, Required Central Contractor Registration (CCR) (3/2000) is applicable to the acquisition, (Important Note: A contractor can not receive an award until registered in CCR); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense acquisitions of commercial items (12/2000) is applicable to this acquisition. This acquisition is a 100% small business set-aside for NAICS Code 235990 size standard is $11.5 million. Contractor shall submit three (3) past performance references. Award will be base on past performance and price. Contract Award cannot be made to any contractor who is not enrolled in the Department of Defense (DOD) Central Contractor Registration (CCR) Program. The closing date for the request for quotation is Wednesday 21 Aug 2002 4:00 PM Pacific Standard Time. Late quotations will not be accepted.
 
Place of Performance
Address: Base Supply Officer, Bldg 2310, 5250 Tanker Way, March ARB, CA
Zip Code: 92518-1734
Country: USA
 
Record
SN00146836-W 20020823/020821213703 (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.