Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2004 FBO #0943
SOLICITATION NOTICE

56 -- PRIME/ TACK COAT (LIQUID SS-1H)

Notice Date
6/24/2004
 
Notice Type
Solicitation Notice
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, NV, 89191-7063
 
ZIP Code
89191-7063
 
Solicitation Number
FA4861-04-Q-A015
 
Response Due
7/2/2004
 
Archive Date
7/17/2004
 
Point of Contact
Maureen Minshew, Contract Specialist, Phone 702-652-9116, Fax 702-652-2532, - Daryl Hitchcock, Contracting Officer, Phone 702-652-2099, Fax 702-652-9570,
 
E-Mail Address
maureen.minshew@nellis.af.mil, daryl.hitchcock@nellis.af.mil
 
Description
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, quotations are being requested and a written solicitation will not be issued. The solicitation number is FA4861-04-Q-A015 issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR) 12 and 13. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2001-04. THIS SOLICITATION is UNRESTRICTED. The Standard Industry Classification (SIC) for this solicitation is 2951 and the North American Industry Classification System (NAICS) is 324121. Based on the size standard for small business of 500 employees. Award will be made on or about 9 July 2004. The Government intends to award at least one Blanket Purchase Agreement (BPA) for services described and may award multiple BPAs with more than one supplier of the same type to provide maximum practicable competition. The item description is as follows: CLIN 0001 ? The Supplier shall obtain and mix all required materials for making liquid SS-1H. Liquid SS-1H shall meet the Clark County Code Requirements used in the local area. When applicable the contractor will have the the means of delivering the liquid SS-1H and within a reasonable amount of time, generally within 24 hours is sufficient. The liquid SS-1H should come in a spray truck that has multiple spray nozzles in the rear. The truck will have a means of metering the material during the spray operation to meet the application rate required. Application rates will be discussed when ordering Liquid SS-1H. The contractor will be responsible for the care of their truck in regards to cleaning. Liquid SS-1H will be requested by the Contracting Officer (or authorized representative of the Contracting Officer) during the period of 1 Aug 2004 to 31 Jul 2009. Offerors must include with their quotations: 1) A price quote on company stationary in the following format: A) Tack Coat (SS-1H) _____ Per Ton (Picked up by Nellis AFB). B) Tack Coat (SS-1H) _______ Per Ton (Delivered to Nellis AFB, Area II). C) Tack Coat (SS-1H) ______ Per Ton (Delivered to Indian Springs AFAF. 2) A completed copy of provisions 52.212-3, Offeror Representations and Certifications ? Commercial Items (ATTACHMENT 1); 3) A Past Performance Reference List (a minimum of 3 references, ATTACHMENT 2). Offerors who fail to complete and submit the requirements above may be considered non-responsive. The following clauses and/or provisions apply to this solicitation: 1) Call Orders will be placed a minimum of 72 hours prior to required delivery date. 2) A firm fixed price Blanket Purchase Agreement utilizing the Government Purchase Card (GPC) as a method of payment is planned. 3) The government reserves the right to make multiple awards. 4) A combined synopsis/solicitation (along with the attachments) will be posted on the Federal Government Electronic Posting System (EPS) site, http://eps.gov. Amendments will be posted on the affected solicitation page EPS site. It is the offerors? responsibility to monitor this site for the release of amendments (if any). The following provisions and clauses can be viewed through Internet access at Air Force FAR site, http://farsite.hill.af.mil. ***The following clauses and/or provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors ? Commercial Items, with the following technical description in sufficient detail to evaluate compliance with the requirements of the solicitation (ie: product literature), price and any discount, and delivery times; FAR 52.212-2 Evaluation ? Commercial Items. Award will be made to the responsible, responsive offeror whose offer will result in the best value to the Government, delivery and price considered. The provisions at 52.212-3, Offeror Representation and Certifications ? Commercial Items, 52.212-4, Contract Terms and Conditions ? Commercial Items applies to this solicitation. 52.212-5 Executive Orders ? Commercial Items, 52.225-13, Restrictions on Certain Foreign Purchases, 52.225-15, Sanctioned European Union Country End Products, 52.222-19, Child Labor ? Cooperation with Authorities and Remedies and 52.232-36, Payment by Third Party - applies to this solicitation. The provisions at 52.252-2, Clauses Incorporated by Reference apply to this solicitation and 52.252-6, Authorized Deviation in Clauses. The provisions at 252.225-7000, Buy American Act ? Balance of Payments Program Certificate, 252.204-7004, Required Central Contractor Registration and 252.212-7001, Contract Terms and Conditions required to Implement Statutes or Executive Orders applicable to Defense Acquistions of Commercial Items. For solicitations issued after 1 Jun 98 all ** contractors are required to be registered in the Central Contractors Registration (CCR)**. If not already registered, you should immediately register with CCR by calling 1-888-227-2423 or via the internet at http://www.ccr2000.com. Contractors are required to have a Dun and Bradstreet number (DUNS) in order to be registered in the CCR database. Lack of registration prior to award, may make an offeror ineligible for award. A contractor can receive a DUNS number by calling Dun & Bradstreet at (800) 333-0505. Internet registration takes approximately 72 hours: mail in registration takes approximately 30 days. Interested parties must submit any questions in writing to the Contracting Officer listed below, by fax or email. Quotations and amendments (if any) must be signed, dated and submitted in writing or by fax by 2:00 PM on 2 July 2004 Pacific Standard time to the 99th Contracting Squadron, 5865 Swaab Blvd, Nellis AFB, NV 89191, Attention Ms. Maureen Minshew, Contract Administrator, at (702) 652-6005, FAX NO. (702) 652-9570, maureen.minshew@nellis.af.mil or Contracting Officer, Mr Daryl Hitchcock at daryl.Hitchcock@nellis.af.mil at (702) 652-2099 for information regarding this solicitation. Point of Contact Ms. Maureen Minshew, Contract Specialist, Phone 702-652-6005, Fax 702-652-9570, Email maureen.minshew@nellis.af.mil. or Mr. Daryl Hitchcock, Contracting Officer, Phone 702-652-2099, Fax 702-652-9570, Email daryl.hitchcock@nellis.af.mil. Place of Contract Performance NELLIS AFB NV 89191
 
Place of Performance
Address: NELLIS AFB NV
Zip Code: 89191
Country: USA
 
Record
SN00609475-W 20040626/040624212017 (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.