Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 01, 2004 FBO #0796
MODIFICATION

59 -- Fabricate and Install 6'x11' Marquee, onto existing marquee platform

Notice Date
1/30/2004
 
Notice Type
Modification
 
Contracting Office
Department of the Air Force, Air Combat Command, 9 CONS, 6500 B St Ste 101, Beale AFB, CA, 95903-1712
 
ZIP Code
95903-1712
 
Solicitation Number
FA4686-04-T-0036
 
Response Due
2/12/2004
 
Archive Date
2/27/2004
 
Point of Contact
Jeffery Buttery, Contract Specialist, Phone 530-634-0563, Fax 530-634-3311, - Gary Metcalf, Contracting Officer, Phone (530) 634-3370, Fax (530) 634-3311,
 
E-Mail Address
jeffrey.buttery@beale.af.mil, Gary.Metcalf@beale.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
FA4686-04-T-0036-Disconnect & remove existing Marquee, Fabricate & Install New 6? x 11? single faced Electronic Marquee on existing marquee platform at the Warren Shingle and Doolittle location at Beale AFB CA. * Modified * For a copy of the Statement of Work and Map please contact Jeffrey Buttery at (530) 634-0563 or Jeremy Smith at (530) 634-0671. NAICS code 339950 applies to this acquisition. This is a combined synopsis/solicitation for commercial items and is prepared in accordance with the format in FAR 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. This solicitation is issued as a request for quote (RFQ). Submit written quotes (oral quotes will not be accepted) against RFQ FA4686-04-T-0036. This procurement is being issued as 100% SMALL BUSINESS SET-ASIDE IAW FAR 19.502-2. Vendors must be registered in the Central Contractor Registration (www.ccr.gov) before award can be made. A Firm-Fixed Price Purchase Order will be awarded to the responsible offeror whose quote will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (1) Price and (2) All Required Characteristics identified in the SOW (para 1.1). Offerors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and location conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award (FAR 52.237-1). Site visit contact: A1C Jeff Buttery, (530) 634-0563. This solicitation and resulting contract incorporates provisions and clauses in effect through Federal Acquisition Circular 97-14 and Defense Acquisition Circular 91-13. The following provisions/clauses apply: FAR 52.212-1, Instructions to Offerors--Commercial Items, FAR 52.212-2, Evaluation-- Commercial Items (a) evaluation = Price and All Required characteristics identified in the SOW (para 1.1). The Government is not responsible for locating or securing any information which is not identified in the quotation, but may do so at its discretion. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, DFARS 252.204-7004 Required Central Contractor Registration (CCR), FAR 52.216-1 Firm Fixed Price contract, FAR 52.219-6 Notice of Total Small Business Set-aside, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires, DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquisition of Commercial Items, DFARS 252.225- 7001, Buy American Act and Balance of Payment Program, FAR 52.232-1 Payments, FAR 52.233-3 Protest after Award, FAR 52.247-34 FOB Destination. FOB Destination for delivery: 6451 B St, Beale AFB, CA 95903. FAR 52.237-1 Site Visit. To obtain an electronic copy of the FAR provisions/clauses visit http://farsite.af.mil. At time of submission, all Quotes must include: (1) total price and a price breakout (2) equipment delivery and installation timelines, (3) Warranty info (4) product literature, and (5) a completed copy of the reps & certs IAW FAR 52.212-3. Mail or fax information to Jeff Buttery 9 CONS/LGCA 6500 B ST. RM 128 Beale Air Force Base, CA 95903-1712, (530) 634-0563, Fax: (530) 634-3311. Quotes are required to be received no later than 12:00 PM PST 12-FEB-2004.
 
Place of Performance
Address: 6451 B St. Beale AFB, CA
Zip Code: 95903
Country: USA
 
Record
SN00513050-W 20040201/040130212202 (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.