Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2004 FBO #1026
MODIFICATION

58 -- Child Care Center Intercom System

Notice Date
9/15/2004
 
Notice Type
Modification
 
NAICS
238210 — Electrical Contractors
 
Contracting Office
1940 Allbrook Drive Suite 3 Wright-Patterson AFB, OH, 45433-5309
 
ZIP Code
45433-7218
 
Solicitation Number
FA8601-04-T-0148
 
Response Due
9/24/2004
 
Archive Date
12/31/2004
 
Point of Contact
Ms Jacque Davis,937-257-6146 ext 4224
 
E-Mail Address
jacqueline.davis@wpafb.af.mil
(jacqueline.davis@wpafb.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
15 September 2004: After reviewing the Statement of Work with the end user, it was determined there may still be discrepancies within the Statement of Work. In order to effectively remedy the discrepancies and ensure the Government ‘s needs are met, it is necessary to extend the closing date of the combined synopsis/solicitation. The Revised Statement of Work will be reposted by Friday, 17 September 2004. Contractors who have previously submitted quotations will need to review the new Statement of Work and resubmit their revised quote by the closing date. Any Past Performance Questionnaires and/or Reps and Certs previously submitted will not need to be resubmitted. The closing date has been extended to 1:00pm (EST) on 24 September 2004. *************************** Due to a discrepancy between the solicitation description and the Statement of Work, the solicitation is hereby being updated to reflect the correct CLIN information required on this combined synopsis/solicitation. This requirement is for the following: CLIN 0001 - Furnish all labor, tools, parts, materials, facilities, and transportation necessary to replace existing intercom equipment and wiring to establish room-to-room communications, consisting of: The contractor is to provide and install new air phone equipment one (1) central processor (per wing), nine (9) subscriber cards (per wing), 2 speaker phones master station (one per wing), 64 flush mountain stations, 10-2 pair 22 AWG twisted. The contractor is to provide set-up, training and support. Please note the addition of the added information in parenthesis. The original posting did not contain the information in parenthesis and was misleading as to the number of units required. Due to this change, the due date to provide quotes and Reps and Certs has been extended to 1:00 pm EST on Wednesday, 15 September 2004. The submittal of the past performance questionnaires has been extended to 1:00 pm EST on 15 September 2004. ********************** **Questions and Answers, plus Site Visit Minutes are now posted to this site. ** *********************** **Note** The original posting of this solicitation only contained one drawing for the Child Care Center. There are actually three (3) different areas to the center. Updated drawings have now been posted. There are no other changes to this combined synopsis/solicitation. *********************** This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. QUOTATION PACKAGES ARE DUE BY 1:00PM (EST) ON 24 SEPTEMBER 2004. THIS IS A 100% SMALL BUSINESS SET-ASIDE. This announcement constitutes the only solicitation; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. THE REFERENCE NUMBER IS FA8601-04-T-0148 and is issued as a Request for Quotation (RFQ). The North American Industry Classification System (NAICS) code for this acquisition is 238210, with a small business size standard of twelve million dollars. Please identify your business size in your response based upon this standard. This requirement is for the following: CLIN 0001 - Furnish all labor, tools, parts, materials, facilities, and transportation necessary to replace existing intercom equipment and wiring to establish room-to-room communications, consisting of: The contractor is to provide and install new air phone equipment one (1) central processor (per wing), nine (9) subscriber cards (per wing), 2 speaker phones master station (one per wing), 64 flush mountain stations, 10-2 pair 22 AWG twisted. The contractor is to provide set-up, training and support. Deliveries shall be made FOB Destination to Wright-Patterson Air Force Base Ohio, 45433. Contract financing will not be provided for this acquisition. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-24 and Class Deviation 2004-o0001. Also incorporated are FAR 52.212-1, Instructions to Offerors-Commercial, and any addenda to the provision as listed in this notice; 52.212-2, Evaluation Commercial Items. Evaluation will be based on the following factors: Past performance and price, with past performance being more important than price (see 52.212-1(10) and 52.212-3), visit the following web site: http://farsite.af.mil, or contact Ms Jacque Davis at the below E-mail address. Offers shall include a completed copy of provision 52.212-3, Offeror Representations and Certification Commercial Items (attached). The Past Performance Questionnaire (attached) shall be sent to three references. Completed Past Performance questionnaires shall be submitted to Contract Specialist, Ms Jacque Davis, 88 CONS/PKS, 1940 Allbrook Drive, Suite 3, Wright- Patterson AFB, OH 45433 NO LATER THAN 4:00 PM (EDT) on 10 SEPTEMBER 2004. This information may be used in determining who will be awarded any resultant award. Solicitation provision at FAR 52.237-1, Site Visit, is also hereby incorporated by reference. A site visit is scheduled for 1 September 2004 at 0900 hours. All interested parties shall provide the names and Social Security Numbers of who will be attending the site visit (limit 2 people per company.) This information shall be provided by 30 August 2004 to Ms. Jacque Davis. Attendees will meet in the Hope Hotel and Conference Center Parking Lot inside Gate 12A, Wright-Patterson AFB, Ohio, at 8:45 hours. From there transportation will be provided to location where the work will be performed. Also incorporated are FAR 52.212-4 Contract Terms and Conditions – Commercial Items, and any addenda to the provision as listed in this notice; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items; 52.232-33, Mandatory Information for Electronics Funds Transfer payment; 52.247-34, F.O.B. Destination; 52.252-2, Clauses Incorporated By reference, (http://farsite.af.mil); 52.252-6, Authorized Deviations in Clauses, 252.225-7001 – Buy American Act and Balance of Payment Program; DFARS, 252.204-7004, Required Central Contractor Registration (CCR); 252.212-7001, Contract terms and conditions required to Implement Statutes or Executive Orders applicable to Defense acquisitions of Commercial Items, DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252-204-7004 (Alt A), Required Central Contractor Registration; FAR 52.222-3 Convict Labor; FAR 52.222-19, Child Labor – Cooperation w/Authorities; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR-222-35, Equal Opportunity for Special Disables Veterans; FAR 52.222-37, Employment Reports on Special Disabled Vets; FAR 52.232-33, Payment by Electronic Transfer – CCR; FAR 52.222-41, Service Contract Act of 1965; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Status or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dev), FAR, 52.204-6, Data Universal Numbering System (DUNS) Number; and FAR 52.233-3, Protest After Award; To view the provisions and clauses in full text, visit the web site (http://farsite.hill.af.mil). IMPORTANT NOTICE TO CONTRACTORS: Any award resulting from this solicitation shall include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payments (invoices) under DoD contracts to be submitted in electronic format. Wide Area Workflow Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at not cost, at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors shall register for an account at https://wawf.eb.mil. Contractors shall be registered in Central Contractor Registration (www.ccr.gov) prior to award for solicitations issued after 31 May 1998. The quote format is at the discretion of the offeror, however Representation and Certification shall be included with offer (see 52.212-1(10) and 52.212- 3). ALL RESPONSES ARE NOW DUE NO LATER THAN 1:00 P.M. (EST) TIME ON 24 SEPTEMBER 2004. PAST PERFORMANCE QUESTIONNAIRES ARE DUE BY 1:00PM (EST) ON 24 SEPTEMBER 2004. Send all quotations to Ms. Jacque Davis, 88 CONS/PKS, 1940 Allbrook Drive, Ste 3, Wright-Patterson AFB OH 45433, or by facsimile to 937-257-3926 or by E-mail at jacqueline.davis@wpafb.af.mil. For more information on 04T0148--Child Care Center Intercom System please refer to http://www.pixs.wpafb.af.mil/pixslibr/04T0148/04T0148.asp NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (15-SEP-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
04T0148-Child Care Center Intercom System
(http://www.eps.gov/spg/USAF/AFMC/ASC/FA8601-04-T-0148/listing.html)
 
Place of Performance
Address: Wright-Patterson Air Force Base Ohio
Zip Code: 45433
Country: USA
 
Record
SN00674611-F 20040917/040915213635 (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.