Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2004 FBO #1027
MODIFICATION

99 -- Paint Spray Booth

Notice Date
9/16/2004
 
Notice Type
Modification
 
NAICS
333319 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, SC, 29404-5021
 
ZIP Code
29404-5021
 
Solicitation Number
Reference-Number-F7394541940900
 
Response Due
9/17/2004
 
Archive Date
10/2/2004
 
Small Business Set-Aside
Total Small Business
 
Description
*************Modification 0005************The response time for quotations is postponed indefinitely. End of Modification 0005.***********************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. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. This solicitation/synopsis reference number F7394541940900 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-24. This acquisition is 100% set-aside for small businesses. The associated NAICS code is 333319 with 500 employees size standard. Contractors shall submit a lump sum quotation for all labor and materials included in this project. All responsible sources may submit a quotation, which shall be considered by the agency. Paint Spray Booth, 1 each to include disassembly, removal and discarding of existing paint booth. Paint Spray Booth shall be in accordance with attached Regulation CCFRG dated 27 Feb 03, Change 1 dated 2 Apr 03 and attached additional specifications. Contractor must be able to respond within a 24-hour period should the paint booth goes down. Contractors shall submit brochures and specifications with their quotation. A mandatory site visit will be conducted on Monday, 30 August 2004 at 9:00 AM. All contractors shall meet on the second floor of bldg 503, Charleston AFB. The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses and provisions may be assessed electronically at this website: http://farsite.hill.af.mil/. FAR 52.212-1, Instructions to Offerors-Commercial; FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting form this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Technical capability of the item offered to meet the Government requirement. (2) Price, and (3) Past Performance. The Government will evaluate offers for award purposes for the total price for the requirement. Technical and past performance, when combined, are more important than price. If the lowest priced evaluated responsible offer is judged to have an exceptional performance risk rating, that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. Offerors shall provide 3-5 references of their most recent projects. Contractors shall include a completed copy of FAR 52.212-3, Offerors Representation and Certifications Commercial Item; FAR 52.212-4 Contract Terms and Condition?Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.222-21 -Prohibition Of Segregated Facilities; 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 Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; 52.225-1, Buy American Act-Balance of Payments Program; FAR 52.225-13 Restrictions on Certain Foreign Purchases.The following additional clauses/provisions are applicable to this procurement: FAR 52.204-7 Central Contractor Registration FAR 52.222-41 Services Contract Act of 1965 and Wage Determination 94-2473 (Rev. 29) apply to this solicitation FAR 52.222-42 Statement of Equivalent Rates for Federal Hires.This statement is for information only: It is not a Wage Determination ? Employee Class: General Maintenance Worker (2), Electronic Technician (1) and Truck Driver, Heavy Truck (1); Monetary Wage-Fringe Benefits respectively: $16.21, $17.14, and $16.21 FAR 52.253-1 -Computer Generated Forms; DFAR 252.204-7003 -Control Of Government Personnel Work Product; DFAR 252.204-7004 Alt A-Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award. You can register or obtain additional information via their web site at http://www.ccr.gov or call 1-800-334-3414 DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutues or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate DFARS 252.225-7001 Buy American Act and Balance of Payments Program DFARS 252.225-7002 Qualifying Country Sources as Subcontractors DFAR 252.225-7012 Preference for Certain Domestic Commodities DFARS 252.225-7031 Secondary Arab Boycott of Israel DFARS 252.232-7003 Electronic Submission of Payment. Vendors shall submit invoices utilizing Wide Area Work Flow (WAWF) for the creation of electronic receiving reports (DD form 250) and electronic invoices IAW DFARS 252.232-7003 Electronic Submission of payment Requests. The WAWF routing information will be provided upon award. DFAR 252.246-7000 -Material Inspection And Receiving Report Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 8 September 2004 no later than 4:30 PM Eastern Standard Time. Requests should be marked with solicitation number F7394541940900 and addressed to Shirley Blue, Contract Specialist, Phone 843-963-5166, fax 843-963-5183, email address shirley.blue@charleston.af.mil or Gregg A. Anderson, Contracting Officer, Phone 843-963-5156, email address gregg.anderson@charleston.af.mil. For More Business Opportunities, visit the web site of http://www.selltoairforce.org, http://public.charleston.amc.af.mil/organizations/437AW/437MSG/437CONS/index.htm, and the Small Business Administration (SBA) web site: http://www.sba.gov.
 
Place of Performance
Address: 101 E. Hill Blvd., Charleston AFB, SC
Zip Code: 29404
Country: USA
 
Record
SN00675026-W 20040918/040917084240 (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.