Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2003 FBO #0454
SOLICITATION NOTICE

N -- Install Design Analysis Instrumentation

Notice Date
2/27/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Space Command, 30CONS, Bldg 7015, STE 2D 806 13th Street, Vandenberg AFB, CA, 93437-5226
 
ZIP Code
93437-5226
 
Solicitation Number
Reference-Number-F5CERF30080100
 
Response Due
3/11/2003
 
Archive Date
3/26/2003
 
Point of Contact
Mark Brady, Contract Specialist, Phone 805-605-2484, Fax 805-606-5867, - Deborah Doyle, Contract Specialist, Phone (805)606-3983, Fax (805)606-5867,
 
E-Mail Address
mark.brady@vandenberg.af.mil, deborah.doyle@vandenberg.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The 30th Space Wing, Vandenberg AFB, CA, is soliciting offers to provide installation of design analysis instrumentation for our 13th Street Bridge. The contractor will provide all non-personal services: furnish all parts, labor, tools, materials, supervision, and facility, (no government-furnished property) and transportation necessary to installation of gage instrumentation including labor. 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 reference number is F5CERF30080100 and is hereby issued as a request for quotation. This solicitation incorporates Federal Acquisition Circular 2001-12. The North American Industry Classification System Code (NAICS) is 541370 and the size standard is 500 employees. This solicitation is set aside for small businesses. The Department of Labor Wage Determination 94-2063, Revision # 18, Ca Santa Barbara applies to this solicitation. This is one contract line item as follows: Contractor will install gage and instrumentation to include a Step Backwater Survey to establish base line discharge rating. Prorated annual operation and maintenance (from start of performance through September 2003). This includes scheduled monthly site visits and additional site visits during high flow to maintain the state discharge relationship for all stages. Design and analysis instrumentation will consist of a Goes Radio Transmitter, Pressure Transducer and Smart Gas System (Brand name or equal) to monitor the river stage. Also, a stand-alone sonar/radar unit to operate in conjunction with the design analysis equipment at no additional cost to the project. Contractor will also install orifice lines and crests stage gages that are operated as a quality control check on instantaneous high stage values. A site visit has been scheduled for March 6, 2003 at 9:00. Please contact A1C Mark Brady at (805) 605-2484 or e-mail Mark.Brady@vandenberg.af.mil for entry procedures onto the base. This site visit is not mandatory, however, it is highly recommended due to the nature of this service. The Contractor will be responsible for obtaining all cards, passes, badges, decals or other items required for access to the area or areas in which the work will be performed through the 30th Security Forces Squadron. This service is being procured under, and will be awarded using simplified acquisition procedures in accordance with FAR Part 13. The provision at FAR 52.212-1-- Instructions to Offerors- Commercial Items (Oct 2000) apply to this acquisition. Offerors must submit a completed copy of the provision at 52.212-3 ? Offerors Representation and Certification -- Commercial items, (Jul 2002). http://farsite.hill.af.mil. 52.212-2 -- Evaluation -- Commercial Items, (Jan 1999), apply to this acquisition. 52.212-4 -- Contract Terms and Conditions -- Commercial Items (Feb 2002), applies to this acquisition along with the following additional clauses: 52.222-22 -- Previous Contracts and Compliance Reports (Feb 1999), 52.222-25 -- Affirmative Action Compliance (Apr 1984), 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 2002) apply to this acquisition. The following clauses apply to this acquisition: 52.222-21-- Prohibition of Segregated Facilities (Feb 1999), 52.222-26 -- Equal Opportunity (Apr 2002), 52.222-35-- Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.222-36 -- Affirmative Action for Workers With Disabilities (Jun 1998), 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.225-1 -- Buy American Act - Supplies (May 2002), 52.225-3 -- Buy American Act -- North American Free Trade Agreement--Israeli Trade Act (May 2002), 52.225-13 -- Restriction on Certain Foreign Purchases (Jul 2000), 52.225-15 -- Sanctioned European Union Country End Products (Feb 2000), 52.225-16 -- Sanctioned European Union Country Services (Feb 2000), 52.232-33 -- Payment by Electronic Funds Transfer--Central Contractor Registration (May. 1999 (a) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, which the Contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisition of commercial items or components. 52.222-41 -- Service Contract Act of 1965, as Amended (May 1989), 52.222-44 -- Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Feb 2002), 252.225-7001 -- Buy American Act and Balance of Payments Program (Mar 1998), 252.225-7007 -- Buy American Act ? Trade Agreements ? Balance of Payment Program (Oct 2002), 252.225-7036 -- Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program (Mar 1998) (Alternate I (Sep 1999) Offers must be submitted as written responses, mailed, faxed to(805) 922-1703, or e-mailed to Mark.Brady@vandenberg.af.mil or deborah.doyle@vandenberg.af.mil and received no later than 4:00 p.m. PST on 11 March 2003 to A1C Mark Brady, 30 CONS/LGCB, Bldg 7015, 806 13th Street, Suite 2D, Vandenberg Air Force Base, CA 93437. Oral responses will not be accepted. Any questions or comments must be addressed to Mark Brady at (805) 605-2484 no later than March 4, 2003.Each offeror shall sign his/her quote. Responding sources must provide their company name, contact with telephone number, and their signature. Additionally, responding sources must be registered in the United States government Central Contractor Registration at www.ccr2000.com or http://ccr.dlsc.dla.mil. Quote is valid for 60 days from the date of the quote.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFSC/30CONS/Reference-Number-F5CERF30080100/listing.html)
 
Place of Performance
Address: Vandenberg AFB,CA
Zip Code: 93437
Country: US
 
Record
SN00267237-F 20030301/030227220945 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.