Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2003 FBO #0648
SOURCES SOUGHT

13 -- Portable Field Armory or Explosives Operating Facility

Notice Date
9/4/2003
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 15 CONS, 90 G Street, Hickam AFB, HI, 96853-5230
 
ZIP Code
96853-5230
 
Solicitation Number
F1LGA032111000
 
Response Due
9/19/2003
 
Archive Date
10/4/2003
 
Point of Contact
William Lominack, Contract Specialist, Phone (808) 449-6860 X203, Fax (808) 449-7026, - Louis Williams, Contract Specialist, Phone (808)449-6860 X417, Fax (808)449-7026,
 
E-Mail Address
william.lominack@hickam.af.mil, Louis.Williams@hickam.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 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. This request is subject to the availability of funds and may or may not be funded by 01 Oct 03 (ii) This solicitation will be issued as a request for quotation (RFQ) under the following solicitation number: F1LGA032111000. . (iii) This PR and the provisions and clauses incorporated are those in effect through Federal Acquisition Circular (FAC) 2001-15. (iv) This acquisition is set-aside 100% for small businesses in regards to size standards. The applicable NAICS is 332311, and the small business size standard is 500. (v) This RFQ contains 001 line item(s): (vi) 001: Portable Field Armory to be used to perform explosive maintenance operations. The Armory must be certified to meet or exceed US Government Specification Naval Surface Warfare Center 3046-93-2. Size of the Armory must be 30(L) X 10(W) X 8(H). The Armory must include the following: 2 10BC fire extinguishers (mounted adjacent to doorways), 4 120 volt duplex receptacles, 1 10,000 BTU AC unit, 1 lightning protection kit installed, 1 antistatic floor matting, 1 8foot aluminum work bench with isolated grounding, 2 Access doors with panic device, 1 static ground bar adjacent to work bench, 2 exterior guarded lights over doorways, 2 non-skid ramps for each doorway, 2 mortise lock (1 on each door), 1 120minute interior emergency lighting with guard, and 4 internal tie down rings on each corner of the floor. Price must include freight charges to deliver to Hickam AFB, HI 96853. (vii) Delivery location is Hickam AFB, HI. Acceptance will be performed by the Government. The FOB Point is destination. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. (ix) Offers will be evaluated using the following evaluation factors: lowest price that meets the requirement. The contract will be awarded to the offeror that provides the best value to the government. (x) All offers must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition. 52.219-1, Small Business Program Representations (Apr 2002). All offers must include a completed copy of this provision. 52.219-6 -- Notice of Total Small Business Set-Aside 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 -- The following additional clause(s) cited in this clause are also applicable: 252.225-7001 -- Buy American Act and Balance of Payments Program (MAR 1998) (41 U.S.C. 10a-10d, E.O. 10582). 252.225-7002 ? Qualifying Country Sources As Subcontractors (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items applies to this acquisition. The following additional clauses cited in this clause are also applicable: 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (E.O. 11246) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126). 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). (xiii) The full text of clauses and provisions can be accessed at the following web address: (http://farsite.hill.af.mil/. (xvi) All offers are due to the 15th Contracting Squadron, 90 G St, Hickam AFB, HI 96853 no later than 1500 HST on 19 Sep 03 via fax (808) 449-7026. (xvii) For further information contact 2Lt Will Lominack at 808-449-6860 X203 or William.Lominack@hickam.af.mil. Please fill out the following information to be included with your offer: Cage Code: DUNS No: TIN:Prompt Payment Terms: Delivery Time: GSA Contract No. (if applicable): Date offer expires:
 
Place of Performance
Address: Hickam AFB, HI
Zip Code: 96853
Country: USA
 
Record
SN00425349-W 20030906/030904213348 (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.