Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 10, 2004 FBO #0774
SOLICITATION NOTICE

N -- PURCHASE AND INSTALL OF ELEVATOR CAB INTERIOR AT SCOTT AFB IL

Notice Date
11/21/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Mobility Command, 375th Contracting Squadron, 201 East Winters Street Building 50, Scott AFB, IL, 62225-5015
 
ZIP Code
62225-5015
 
Solicitation Number
Reference-Number-FQ442632960100
 
Response Due
12/5/2003
 
Point of Contact
Marcia Wuebbels, Contract Specialist, Phone 618-256-9279, Fax 618-256-5237, - YJ Still, Contract Specialist, Phone 618-256-9280, Fax 618-256-5237,
 
E-Mail Address
marcia.wuebbels@scott.af.mil, yjuania.still@scott.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
(i) 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; Request For Quotations (RFQ) is being requested and a written solicitation will not be issued. (ii) The reference numbers are FQ442632960100 and FQ442632960200 and is a combined synopsis/solicitation for purchase and installation of new elevator finishes to include door and frame cladding, wall finishes, ceiling lights, and handrails for the freight and executive elevators in Building 1600, Scott AFB, IL in accordance with the attached Statement of Work (SOW). This is a 100 percent set aside for small business. The solicitation can be viewed at http://www.eps.gov/. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-16. (iv) The associated North American Industry Classification System (NAICS) code is 933321 and the small business size standard is $6.0 million. (v) The solicitation package includes the Statement of Work (SOW), Wage Determination 1986-1207 Rev 23 dated 07/15/2003, and an RFQ sheet for completion and submission by interested offerors. (vi) The provision at Federal Acquisition Regulation (FAR) 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. (vii) The FAR provision 52.212-2 Evaluation – Commercial items, applies to this acquisition. Paragraph (a) is completed as follows: Price. Addendum to 52.212-2: Basis For Award. Offers shall be ranked according to price. If the lowest priced, technically acceptable offer meets the requirements specified in the SOW, award shall be made to that offeror without further consideration of any other offers. (viii) Offerors shall include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications Commercial Items, with its offer (ix) The clause at FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition. (x) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items, applies to this acquisition. The clauses at subparagraphs (b)(5), (b)(11), (b)(12), b(13), b(14), b(15), and (b)(24) and c(1) of 52.212-5 are applicable. (xi) The clause at Defense Federal Acquisition Regulation (DFAR) 252.204-7004 Required Central Contractor Registration applies to this acquisition. (xii) FAR 52.222-42, Statement of Equivalent Rates for Federal Hires, is hereby incorporated by full text. In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT WAGE DETERMINATION. Employee Class – Elevator Repairer (1,2,3,4,5,6); Elevator Repairer Helper (1,2,3,4,5,6); Elevator Repairer Helper, Probationary - Monetary Wage/Fringe Benefits--$30.725 per hour + 32.85% estimate for fringes; $21.51 per hour + 32.85% estimate for fringes; $15.36 per hour + 32.85% estimate for fringes. (xiii) A site visit has been scheduled for Tuesday, 2 Dec 2003, at 2:00 p.m. at HQ AMC, Building 1600, 402 Winters Street, Scott AFB, IL. Contact SMSgt Mike Hamilton at 618-229-4879 or Mr. Tom Hill at 618-229-4167 with the name of the offeror and the personnel attending the site visit and also for validation for entrance at the gate. (xiv) RFQs are due to the 375th Contracting Office by 4:00 p.m. CST on Friday, 5 Dec 2003. RFQs may be faxed to the attention of Marcia Wuebbels 618-256-5237 or e-mail marcia.wuebbels@scott.af.mil. All responsible sources may submit a quotation, which shall be considered by the Agency, up to award of the requirement. Contract award cannot be made to any contractor who is not enrolled in the Department of Defense (DOD) Central Contractor Registration (CCR) program. The CCR website is http://www.ccr.gov/. The Small Business Specialist at Scott AFB IL is Mr Garth Sanginiti. He can be reached at (618) 256-9322. A link to the USAF Small Business is http://www.selltoairforce.org and a link to SBA is http://www.sba.gov. Effective 1 Nov 03, Scott AFB intends to begin using the Wide Area Work Flow system for processing payments. There are no costs involved to get you started, registration and software are provided FREE of charge and we will be available to assist you every step of the way. To get started, your company will need a user ID and password for accessing the WAWF-RA system. This can be obtained by visiting the WAWF-RA web site at https://wawf.eb.mil/ and follow the instructions under Help with registration for access to WAWF-RA. Under About WAWF-RA, you will also find links for Functional Information, Setting Up Your Machine, Accessing Web Based Training, and Frequently Asked Questions. Should you have questions about the WAWF-RA system or the website, please don’t hesitate to contact a DISA customer support representative toll-free at 1-866-618-5988 or e-mail them at cscassig@ogden.disa.mil. If you contact them by e-mail, please include “WAWF” in the subject line. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (21-NOV-2003). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 08-JAN-2004. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AMC/375CS/Reference-Number-FQ442632960100/listing.html)
 
Place of Performance
Address: 201 E WINTERS STREET, BUILDING 50 SCOTT AFB IL
Zip Code: 62225
Country: U.S.
 
Record
SN00501001-F 20040110/040108213529 (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.