Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 07, 2005 FBO #1228
SOLICITATION NOTICE

H -- Annual Testing, Repair, Maintenence of Slings and hoists

Notice Date
4/5/2005
 
Notice Type
Solicitation Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Altus AFB Contracting Squadron, 303 J Ave. Bldg 302, Altus AFB, OK, 73523-5132
 
ZIP Code
73523-5132
 
Solicitation Number
F1B2M15073A100
 
Response Due
4/28/2005
 
Archive Date
5/13/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items (non-personal services) 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. A quote is being requested and a written solicitation will not be issued. Solicitation number F1B2M15073A100 is hereby issued as Request for Quote (RFQ). The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-22. This acquisition is 100% set-aside for small business concernes and is under North American Industry Classification System code 81131, with a small business size standard of 6.0 million dollars. Period of performance is for a basic period and 4 option years. The basic performance period is award date through 9 April 2006. Altus AFB, Oklahoma has a non-personal service requirement to provide Annual Reoccurring test and periodic maintenance of slings, hoists, and adapters throughout the year. Details are included in the attached Statemenet of Work. Contractor shall submit their pricing on the attached Pricing Schedule, which is available for download. Award shall be made only to contractors who have registered with the Central Contractor Registration at: www.ccr2000.com/ and the Online Representations and Certifications Application (ORCA) at : http://orca.bpn.gov/. Services shall be performed within a 5-mile radius of Altus AFB, OK. Send any questions or request to 97 CONS/LGCA, ATTN: 2Lt Jared Bryant Jackson 303 J Avenue St. Bldg. 302, Altus AFB, OK 73523. You may also call P.O.C. at (580) 481-5138, send a fax to (580) 481-5138, or e-mail at Jared.jackson@altus.af.mil. The following clauses and provisions are incorporated and are to remain in full force in any resultant purchase order: FAR Clause 52.212-1, Instructions to Offerors- Commercial Items (Jan. 2004) It is incorporated by reference and applies to this acquisition. It is amended to read: Submit signed and dated offer to 97 CONS/LGCA, 303 J AVE, BLDG 302, Altus AFB OK 73523-5147 at or before 4:00pm CST, 28 April 2005 signed and dated quotations on company letterhead or quotation form. Quotations may be faxed to (580) 481-5138. The government reserves the right to make award on the initial quote without discussions. Each offeror shall include a completed copy of the provisions at FAR clause 52.212-3, Offeror Representations and Certifications?Commercial Items (Mar 2005) with the quotation. If a copy of the provisions are needed, please request one from the point of contact, and a copy will be faxed. FAR 52.212-2 Evaluation ? Commercial Items (Jan 1999), FAR clause 52.212-4 (Oct. 2003), Contract Terms and Conditions?Commercial Items, is incorporated by reference and applies to this acquisition with the following addendum: DFARS 252.204-7004 Required Central Contractor Registration (Nov 2003). The clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items (Jan 2005) and its deviations (Jan 2005) applies to this acquisition and is incorporated by reference. Paragraph (b) of the clause incorporates by reference the following FAR clauses: 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (June 1998)(29 U.S.C. 793); 52.222-41, Service Contract Act of 1965, as Amended (May 1989), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.). The following FAR clauses are incorporated by reference: 52.222-3, Convict Labor (E.O. 11755); 52.233-3, Protest After Award (31 USC 3553); 52.217-8, Option to Extend Services 30 days; 52.217-9, Option to Extend the Term of the Contract (a) 30 Days (c) 48 Months; 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.232-19 -- Availability of Funds for the Next Fiscal Year. 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct. 2003)(31 U.S.C. 3332). DFARS Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2005); 52.247-34 F.O.B. Destination. A Firm-Fixed Price purchase order will be issued in writing. No telephonic responses will be processed. Bidders should visit the site and take such other steps as may be reasonable necessary to ascertain the nature and location of work and the general and local conditions that can affect the work or cost thereof. Failure to do so will not relieve bidders from the responsibility for estimating properly the difficuldy or cost of successfully performing the work. The government will assume no responsibility for any understanding or representation concerning conditions made by any of its oficers or agants prior to the execution of the contract, unless included in the invitation for bids for proposals, the specification, or related documents. The contractor shall price each individual item on Attachment 1 for the basic year and each option year identifying each priced attachment accordingly and submit one copy of of each attachment along with the proposal. The proposal shall lis three line items as follows: Line item 0001 Basic Year ? Line item 002 Option Year 1?Line item 0003 Option Year 2 ? Line itim 0004 Option year 3 -- Line item 0005 Option year 4 ? Total price basic year and all four (4) Option years. Contractor shall provide a list of all names of personnel planning on attending the site visit. This list shall be on company letterhead and faxed to the contracting office at (580) 481-7472 by 4:00pm CST 9 April, 2005. Personnel not pre-announced shall not be eligi le to enter Altus AFB due to security reasons. 52.212-2 Evaluation Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considerd. The following factors shall be used to evaluate offers: 1) Technical Experience and Past Performance. The offeror shall submet documentation describing its experience as a company or corporation or by its employees or personnel they have retained in performing and managing maintenance and repairs of hoists. Experience may be commercial and/or Governmental. Offerors shall have a minimum of 10 years cumulative experience working on the wpecified types of hoists. This experience requirement relates to the company and/or key personnel. Thus, a firm in existence for less than 10 years of required experience, may be able to meet this requirement. The offeror shall submit references relevant to the nature and magnitude of this requirement. At least 5 references shall be submitted. This information shall be submitted with the offer and shall include contract number, scope and magnitude of the contract, point of contact name and telephone number. (2) Options. The government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not oblicate the Government to exercise the options. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before oth offer?s specified expiration time, the Government may accept an offer ( or part of an offer), weather or not there are negotiations after its recieipt, unless a written notice of withdrawal is receive before award. The above Provisions and Clauses may be obtained viea Internet at http://farsite.hill.af.mil. All proposals must be mailed to Lt Jared Jackson at 97 CONS/LGCA, 205 S. 6th Street Altus AFB OK 73523, or may be faxed to Lt Jared Jackson at (580)481-5138. Award will be made to the lowest responsive and responsible offeror. Propaosals are required no later thatn 4pm CST, 28 April 2005. All responsible sources may submit a quotation, which if timely received, shall be considered by this agencey.
 
Place of Performance
Address: Altus Air Force Base, Altus Oklahoma
Zip Code: 73523
Country: US
 
Record
SN00782000-W 20050407/050405212023 (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.