Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 19, 2005 FBO #1181
SOLICITATION NOTICE

H -- Heritage Advisory & Assistance Services

Notice Date
2/17/2005
 
Notice Type
Solicitation Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 375th Contracting Squadron, 201 East Winters Street Building 50, Scott AFB, IL, 62225-5015
 
ZIP Code
62225-5015
 
Solicitation Number
Reference-Number-VDYD05Display2
 
Response Due
3/25/2005
 
Archive Date
4/9/2005
 
Description
(i) This is 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; quotes are being requested and a written solicitation will not be issued. (ii) The reference number is VDYD 05-DISPLAY and the solicitation is issued as a Request For Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 97-27. (iv) The associated North American Industry Classification System (NAICS) code is 541990 and the small business size standard is $6 million. This RFQ is issued on an unrestricted basis. (v) The contractor shall provide a firm fixed price for advisory and assistance services in accordance with the statement of work (SOW)?see paragraph (viii) below. (vi) This synopsis/solicitation is for advisory and assistance services in support of the AMC Heritage Center project and consists of oversight and consultant services for the manufacture and installation of museum style exhibits, models, graphics and other media formats. This service will include, but not be limited to, additional research, image acquisition, design revisions, and response to questions and clarification regarding specifications and bid documents during fabrication. Project management, consultation services, oversight, submittal review, quality control, and coordination meetings with Government and contractors' representatives. The museum, and principal place of performance, is located at Headquarters Air Mobility Command, Scott AFB, IL. (vii) Performance is FOB destination and the period of performance is from date of award through 15 Jul 05. Inspection and acceptance will be at destination. (viii) The provision at Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors?Commercial Items, applies to this acquisition. Addendum to 52.212-1: The RFQ consists of: (a) a performance based SOW, (b) Past Performance Information related to FAR 52.212-2 and (c) a quality assurance surveillance plan (QASP). To obtain these documents, please fax or e-mail your request to the POCs identified in paragraph (xvii) below. (ix) The FAR provision 52.212-2, Evaluation?Commercial Items, applies to this acquisition. To obtain a completed copy of this provision, please fax or e-mail your request to the POCs identified in paragraph (xvii) below. (x) A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications, Commercial Items, MUST be submitted with the quote. The provision may be copied from website http://farsite.hill.af.mil/VFFARA.HTM. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions?Commercial Items, applies to this acquisition. The following additional FAR clauses also apply and are incorporated by reference through addenda to FAR 52.212-4: FAR 52.228-5, Insurance-Work on a Government Installation; FAR 52.233-3 Protest after Award, FAR 52.233-4, Applicable Law for Breach of Contract Claim (xii) The clause at FAR 52.212-5 (DEVIATION), Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items, applies to this acquisition. The clauses at subparagraph (b)(14), (b)(16), (b)(17), (b)(18), (b)(19), (b)(20), (b)(26), (b)(28), (b)(31) are applicable. (xiii) Invoicing and Receiving will be processed through Wide Area Work Flow (WAWF). The WAWF-RA web site is https://wawf.eb.mil/. DFARS 252.212-7001, Contract Terms and Conditions required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is incorporated. The following paragraph (b) clauses are applicable: 252.232-7003 and 252.247-7023 (Alternate III). (xiv) N/A.(xv) N/A. (xvi) Quotes are due to this office NLT 3:00 p.m. CST on 23 Feb 05. Late quotations WILL NOT be accepted. (xvii) All requests for information, including the submission of quotes, shall be faxed to the attention of Cindy Showers or TSgt Crystal Amos at 618-256-1240 or e-mailed to cindy.showers@scott.af.mil or crystal.amos@scott.af.mil. For questions related to small business, interested parties may contact the Unit Small Business Specialist, Mr. Garth Sanginiti, at (618) 256-9322.
 
Place of Performance
Address: Scott AFB, IL
Zip Code: 62225
Country: USA
 
Record
SN00753641-W 20050219/050217211940 (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.