Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2003 FBO #0495
SOLICITATION NOTICE

56 -- 700 Cubic Yards of Concrete

Notice Date
4/7/2003
 
Notice Type
Solicitation Notice
 
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
F26600-03-Q-A037
 
Response Due
4/17/2003
 
Archive Date
5/2/2003
 
Point of Contact
Tracee Walton, Contract Specialist, Phone 702-652-6003, Fax 702-652-9570, - Richarda Maes, Contract Specialist, Phone 702-652-5358, Fax 702-652-9570,
 
E-Mail Address
tracee.walton@nellis.af.mil, richarda.maes@nellis.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 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 F26600-03-QA037 is issued as a Request for Quotation (RFQ) in accordance with Federal Acquisition Regulation (FAR) Part 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-04. THIS IS 100% RESERVED FOR SMALL BUSINESS. The Standard Industry Classification System (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 employees or less. The Government intends to award a fixed-price contract on or about 18 April 2003 for: 700 cubic yards of concrete. The minimum strength for the concrete shall be 4000 psi at 28 days. The maximum allowable water-cement ratio shall be 0.45. The concrete shall be air-entrained with a total air content of 2% plus or minus one percentage point at the point of placement. The air determination shall be made in accordance with ASTM C 231. The maximum allowable slump of concrete, at the point of placement shall be 5”. Items shall be delivered by 28 April 2003, FOB destination to Nellis Air Force Base, Nevada, 89191. The entire solicitation, including: Offeror Representations and Certifications (Attachment 1), and the Past Performance Questionnaire (Attachment 2), 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 offeror’s 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 52.212-1, Instructions to Offerors—Commercial Items, with the following technical description in sufficient detail to evaluate compliance with the requirements of the solicitation, 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 conforming to the solicitation will be most advantageous and result in the best value to the Government considering past performance, price, and technical specifications. The provisions at 52.212-3, Offeror Representations and Certifications—Commercial Items, 52.212-4, Contract Terms and Conditions—Commercial Items applies to this solicitation. The clauses from 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items – is hereby incorporated with an “X” placed in front of the following clauses: 52.222-19, Child Labor Cooperation with Authorities and Remedies, 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; 52.233-3, Protest after Award; 52.222-6, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans of the Vietnam Era; 52.222-36, Affirmative Action for workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans of the Vietnam Era; 52.222-41 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 and 252.225-7017, Prohibition on Award to Companies Owned by the People’s Republic of China 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 Past Performance Reference List (a minimum of three references), which is an attachment to this solicitation. Offerors who fail to complete and submit Representation and Certification and 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 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 fax to the number below. Quotations and amendments (if any) must be signed, dated and submitted in writing or by fax by 2:00PM on 18 April 2003, Pacific Standard Time to the 99th Contracting Squadron, 5865 Swaab Blvd., Nellis Air Force Base, Nevada, 89191, Attention Tracee Walton. Direct any questions concerning this solicitation to Contracting Specialist Tracee Walton at (702) 652-6003, FAX NO. (702) 652-9570, and tracee.walton@nellis.af.mil or Contracting Officer Richarda Maes at richarda.maes@nellis.af.mil (702) 652-5358.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/ACC/99CONS/F26600-03-Q-A037/listing.html)
 
Place of Performance
Address: 820th Red Horse Squadron/COOP TSgt Alton Lavine/Mechanical Planner 5179 Malmstrom Ave, Bldg 10121 Nellis AFB, NV
Zip Code: 89191
Country: USA
 
Record
SN00298114-F 20030409/030407222140 (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.