Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2003 FBO #0664
SOLICITATION NOTICE

54 -- Dismantle & Removal of Aircraft Maintenance Stands

Notice Date
9/20/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Mobility Command, 89th CONS, 1419 Menoher Drive, Andrews AFB, MD, 20762-6500
 
ZIP Code
20762-6500
 
Solicitation Number
Reference-Number-F1401832550100
 
Response Due
9/26/2003
 
Archive Date
10/11/2003
 
Point of Contact
Beverley Harris, Contract Specialist, Phone 301-981-1960, Fax 301-981-1907, - Deborah Doyle, Contracting Officer, Phone (301)981-2328, Fax (301)981-1907,
 
E-Mail Address
Beverley.Harris@andrews.af.mil, Deborah.Doyle@andrews.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
89 CONS/SQ requires to Dismantle and Removal of Aircraft Maintenance Stands, at Andrews AFB Body of the Synopsis/Contract to be entered in the CBD: 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Sub 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. 2. The solicitation number F1401832550100 is issued as a Request for Quotation (RFQ). 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-15 and DFC 2003-o0003 4. This is a Small Business Set-a-side. The NAICS code is 234930 and the size standard is $28.5 employees. 5. This solicitation contains one (1) CLIN 0001 for the dismantle and removal of Aircraft Maintenance Stands, two (2) Mobile Stands, five (5) stories high, twenty (2) station stands, three (3) stands which are three (3) stories high, at Andrews AFB, Maryland. Site Visits can be arranged upon request. 6. The provision at FAR 52.212.1, Instructions to Offerors, applies to this acquisition. Multiple offerors and awards are hereby deleted from this solicitation. Payment method is through Defense Finance Accounting Service (DFAS). All quotes must be for all items, as stated, partial quotes will not be considered. Award will be made to a single vendor. All inquiries or questions pertaining to this solicitation must be submitted in writing, by the concern party, at least 1 business days prior to closing date. The offeror agrees to hold the prices in its offer firm until 31 Oct 03. 7. The Government will review all offers for completeness. The Government will award a purchase order resulting from this RFQ to the most responsive, responsible offer whose offer is the most economical. 8. Offerors must submit a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certifications Commercial, with its offer. FAR 52.212-3 can be downloaded from the internet: http://farsite.hill.af.mil/. Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Nov 1995); and DFARS 252.225-7000, Buy American Act-Balance Payment Program Certificate (Apr 2003) with the quotation 9. All FAR Clauses and provisions incorporated by reference may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The following FAR clauses are applicable: FAR 52.212.4, Contract Terms and Conditions Commercial Items, with addendum; 52.232-18 Availability of Funds, FAR 52.212-5, and Notice to Supplier, 52.245-4. FAR 52.211-6 Brand Names or Equal. 10. The provision of FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (Jun 2003), applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable: 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Sept 2002); 52.222-3, Convict Labor (Jun 2003) (E.O. 11755); 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); 52.223-4 Recovered Material Certification; 52.223-5, Pollution Prevention and the right-to-know information; (Apr 1998); 52.223-6 Drug Free Workplace (May 2001); 52.225-13 -Restrictions on Certain Foreign Purchases (Jun 2003); and 52.232-33 - Payment by Electronic Funds Transfer--Central Contractor (May 1999); 52.236-9 Protection of Existing Vegetation, Structure, Equipment, Utilities and Improvements (over $100,000) (Apr 1984); 52.236-12 Cleaning Up (Over $100,000) (Apr 1984). The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (June 2003), applies to this acquisition, and specifically the following clauses under paragraph (b) are applicable: 252.225-7001 - Buy American Act and Balance of Payments Program (Apr 2003); 252.232-7003 - Electronic Submission of Payment Requests (Mar 2003); and 252.247-7023 - Transportation of Supplies by Sea, Alternate III (May 2002). The following DFARS clauses are hereby incorporated into this solicitation: 252.225-7002, Qualifying Country Sources and Subcontractors (Apr 2003); and 252.204-7004, Required Central Contractor Registration (CCR) (Nov 2001). NOTE: CCR can be obtained by accessing the Internet, http://www.ccr.gov or by calling 1-888-227-2423. The CCR number must be obtained before award can be made. 11. The following DFARS clauses are applicable. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. 12. If interested, e-mail, fax or mail your offer to the POC stated herein. Your offer must include the following: (a) written proposal ? limited to 1 page; (b) bid schedule, (c) completed Representations and Certifications ?FAR 52.212-3?. 14. Quotations must be received no later than 3:00 pm EST, 26 Sep 2003. The Government prefers that all offers are e-mailed to the point-of-contact below with solicitation number (F1401832550100) and contractors name listed in the subject block. Facsimile proposals will be accepted at 301-981-1907. 15. The Government Primary point-of-contact is Beverley Harris (301-981-1960 Beverley.Harris2@Andrews.af.mil or Deborah Doyle at (301) 981-7346. Contact Ms. Harris if you need to conduct a ?Site Visit? to review work site.
 
Place of Performance
Address: ANDRES AFB, MARYLAND
Zip Code: 20762
Country: U.S.A.
 
Record
SN00438640-W 20030922/030920213030 (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.