Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 09, 2004 FBO #0926
SOLICITATION NOTICE

N -- Install Multi Fuel Burner

Notice Date
6/7/2004
 
Notice Type
Solicitation Notice
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, NE, 68113-2107
 
ZIP Code
68113-2107
 
Solicitation Number
FA4600-03-T-0089
 
Response Due
6/22/2004
 
Archive Date
8/31/2004
 
Point of Contact
Billy Wineinger, Contract Specialist, Phone 402-294-9601, Fax 402-294-0430,
 
E-Mail Address
billy.wineinger@offutt.af.mil
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations document (FAR) subpart 12. This announcement constitutes the only notice; quotes are being requested and a written solicitation will not be issued. Solicitation number FA4600-04-T-0089 is issued as a request for quotation. Quotes are due to the 55tth Contracting Squadron no later than close of business (4:30 PM local time) on 22 Jun 2004. Quotes shall be submitted via e-mail in a Word, Excel, or PDF format to billy.wineinger@offutt.af.mil and stephen.johns@offutt.af.mil or by fax to 402-294-0430. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-20. This procurement is set aside 100% for SERVICE DISABLED VETERAN OWNED SMALL BUSINESS only. The North American Industry Classification System (NAICS) code is 333415, and the small business size standard is 750 People. The Government intends to issue a firm fixed price purchase order for providing labor, material and equipment required replacing one burner in a mobile boiler. The forced draft burner required is to operate on combination gas and #2 oil. The burner is rated at 4,184 MBH input on natural gas and 29 GPH #2 oil. The burner is required to be aluminum cast, have full modulation firing sequence, Honeywell flame safeguard combustion controls, UL and CSD-1 agency approvals for all gas train components. Maxitrtol 210 regulator for #5 gas service, back mounted control panel with (4) lights, control transformer, 3 HP, 1 HP 1-phase blower motor, and a refractory front plate. A site visit is scheduled for 10 June 2004 at 1400 hours. Contractors must be registered in Central Contractor Registration (CCR) prior to award. If not already registered in CCR, go to www.CCR.gov to register prior to submitting quote. No partial quotes will be considered. All contractors are requested to utilize the Dynamic Small Businesses Search Program, located on the CCR website, to assist them in obtaining resources to meet their contractual requirements. Dynamic Small Business Search Program is an electronic gateway of procurement information for and about small businesses. It is a search engine for contracting officers, a marketing tool for small firms and a ?link? to procurement opportunities and important information. It is designed to be a ?virtual? one stop-stop-procurement-shop. Dynamic Small Business Search Program is an Internet-based database of information on small, disadvantaged, 8(a) women-owned, HUB Zone, and veteran-owned businesses. It is free to federal and state government agencies as well as prime and other contractors seeking small business contractors, subcontractors and/or partnership opportunities. Small business information can also be obtained by visiting the SBA homepage at www.sba.gov. The Clause at FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition along with FAR 52.212-2, Evaluation Commercial Items, FAR 52.212-3, Offeror Representations and Certifications Commercial Items, FAR 52-212-4, Contract Terms and Conditions Commercial Items, FAR 52.212-5 Alt I, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items. Additionally, the following FAR clauses cited in 52.212-5 Alt I are applicable: 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (32 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-41, Service Contract Act of 1965, as amended (412 U.S.C. 351, et seq.). The following FAR clauses also apply: 52.204-3 Taxpayer Identification (Oct 1998), 52.214-34, Submission of Offers in the English Language (Apr 1991), 52.214-35, Submission of Offers in U.S. Currency (Apr 1991), 52.216-24 Limitation of Government Liability, 52-216-25 Contract Definitization, 52.219-1 Small Business Program Representation Alt I (Apr 2002), 52.219-3, Notice of Total HUB Zone Set-Aside (Jan 1999), 52.219-6, Notice of Small Business Set-Aside (Jun 2003), 52.222-3 Convict Labor (Jun 2003), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-42 Statement of Equivalent Rates for Hires (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 52.226-1, Utilization of Indian Organizations and Indian-Owned Economic Enterprises (Jun 2000), 52.232-1 Payments (Apr 1984) 52.232-8 Discounts for Prompt Payment (Feb 2002), 52.232-23 Alt I, Assignment of Claims (Jan 1986), 52.232-28, Invitation to Propose Performance-Based Payments (Mar 2000), 52.233-1 Disputes (Jul 2002), 52.233-3, Protest After Award (Aug 1996), 52.237-2, 52.237-3, Continuity of Services (Jan 1991), 52.242-15 Stop-Work Order (Aug 1989), 52.243-1 Alt I Changes ?Fixed Price Alt I (Apr 1984), 52.243-5 Changes and Changed Conditions (Apr 1984), 52.246-1, Contractor Inspection Requirements, Apr 1984), 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998), 52.252-5 Authorized Deviations in Provisions (Apr 1984), 52.252-6 Authorized Deviations in Clauses (Apr 1984), 52.253-1, Computer Generated Forms (Jan 1991). The following DFARS clauses also apply to this acquisition: 252.204-7003 Control of Government Personnel Work Product (Apr 1992), 252.204-7004 Alt A, Required Central Contracting Registration; 252.212-7001, Contract Terms & Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, 252.219-7011 Notification to Delay Performance (Jun 1998), 252.225-7000 Buy American Act?Balance of Payment Program Certificate (Apr 2003), 252.225-7001 Buy American Act and Balance of Payment Program (Apr 2003), 252.225-7002 Qualifying Country Sources as Subcontractors Apr 2003, 252.225-7016 Restrictions on Acquisition of Ball and Roller Bearings (Apr 2003), 252.232-7003 Electronic Submission of Payment Requests (Jan 2004), 252.243-7001 Pricing of Contract Modifications (Dec 1991), 252.246-7000 Material Inspection and Receiving Report (Mar 2003), 5352.215-9001 Notice of Pre-bid Proposal Conference (May 1996) and 5352.237-9000 Control and release of Inspector General Reports (May 1996). Address any questions to Billy Wineinger or Mr. Stephen Johns at the above e-mail address or call (402) 294-9601 or (402) 294-4430. All requirements in the Statement of Work will be met as well as what has been stated above.
 
Place of Performance
Address: Offutt AFB, NE
Zip Code: 68113
Country: USA
 
Record
SN00599359-W 20040609/040607211852 (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.