Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2005 FBO #1231
SOLICITATION NOTICE

N -- Furnish & Install RCS Window Shades for Spence Field in Moultrie GA

Notice Date
4/8/2005
 
Notice Type
Solicitation Notice
 
NAICS
238390 — Other Building Finishing Contractors
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 347 CONS, 4380B Alabama Rd., Moody AFB, GA, 31699-1794
 
ZIP Code
31699-1794
 
Solicitation Number
FA4830-05-Q-0048
 
Response Due
4/18/2005
 
Archive Date
5/3/2005
 
Small Business Set-Aside
Total Small Business
 
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; proposals are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number for this procurement is FA4830-05-Q-0048 and is hereby issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-02. The solicitation is issued as a small business set-aside. The North American Industry Classification System code is 238930. The small business size is $12,000,000.00. Request a quote on the following item(s) and quantity(s): Line Item 0001: Furnish and install window shades for two each Runway Control Structures (RCS) at Spence Field. Shade film shall be manufactured from a polyester type polymer IAW Federal Specification L-P-377b, dated Feb 28, 1966 for Type W Weatherabel DuPont's "Mylar" clear sheet film or approved equal. The transparent plastic shade film construction shall be in accordance with Couryauld Martin Processing and ISO 9001 registered company, Type R54 BG/BG SR 500, or approved equal. Shade product shall consist of four-ply laminated polyester film. The two laminated center sheets shall be 0.0381 mm thick polyster vat dyed gray in color meeting the Martin Processing Co of Martinville, VA specification (Gray dye, reference #8301 and laminate reference #5012 and metalized) or approved equal. A clean 1 mil thick polyester film shall be laminated to each side of the gray dyed film laminate. One side of the shade film surface shall be protected with a scratch resistance coating. The final film construction will be 0.127 mm thick, optically clear and totally transparent. Surface tinting and/or color adhesives will not be an acceptable equal without independent reports qualifying the color stability in comparison with the vat dyed process. The shade shall transmit no more than 2% of the visible solar energy from 380 to 780 nanometers when measured by AIMCAL standard methods. The shade shall reject 60.5% of the total solar energy transmitted from 360 to 2100 nanometers when measured by AIMCAL standard methods. A Solar absorptance: 61%; Shading Coefficient: 0.45; and Solar Heat Gain Coefficient: 0.40. The following are rough window dimensions in inches (within plus or minus one-half inch) for a single RSU (there are two RSUs). 4xWindow A: 84"x42"; 4xWindow B: 96"x40"; 4xWindow C: 88"x40"; 4xWindow D: 65"x40"; 4xWindow E: 92"x44"; 4xWindow F: 52"x45"; 4xWindow G: 39"H x 41"Lx57" hypotenuse; 1x door Window: 29"x22". A site visit may be requested in order to verify location and sizes of structure windows. To schedule a site visit, please contact Major Roger Suro or Captain Joe Hopkins at (229) 257-7648 or Steve Davis at (229) 257-4704. DELIVERY: Delivery and installation is required as soon as possible but no later than ten (10) calendar days after receipt of order and shall be delivered to Spence Field, Moultrie GA. FOB POINT: Destination (price must include shipping). Provision at FAR 52.212-1, Instruction to Offerors Commercial Items, applies to this acquisition. The following addenda is provided to this provision: The Request for Quotation should be submitted and shall contain the following information: SOLICITATION NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFER; NAME; ADDRESS; TELEPHONE NUMBER OF OFFEROR; TERMS OF THE EXPRESSED WARRANTY; PRICE, and ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS. Quote(s) shall also contain all other documentation specified herein. Signed quote(s) must indicate quantity, unit price and total amount. Offerors that fail to furnish the required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. EVALUATION/AWARD: IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a purchase order resulting from this solicitation to the responsive, responsible low offeror. All offerors MUST BE CENTRAL CONTRACTOR REGISTERED (CCR). Information concerning CCR registration requirements may be viewed via the internet at http://www.ccr2000.com or by calling the CCR Registration Center at 1-888-227-2423. The following listed FAR clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text by viewing the Federal Acquisition Regulation Table of Contents via the internet at http://farsite.hill.af.mil. FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Pursuant to FAR Clause 52.212-5, the following clauses are hereby incorporated by reference: FAR 52.222-3 Convict Labor (E.O. 11755); FAR 52.233-3 Protest After Award (31 U.S.C. 3553 and 40 U.S.C. 759); FAR 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (15 U.S.C. 637 (d)(2) and (3)); FAR 52.222-26 Equal Opportunity (E.O. 11246); FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); FAR 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C. 793); FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.225-3, Buy American Act-Supplies (41 U.S.C. 10); FAR 52.225-21, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program (41 U.S.C. 10, pub.L.103-187); FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241); FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment; and FAR 52.228-5, Insurance-Work on a Government Installation. The following FAR Clauses apply if marked /X/: / X / FAR 52.214-21, Descriptive Literature, / X / FAR 52.219-6, Notice of Total Small Business Set-Aside. The Defense Priorities and Allocations System (DPAS) rating is C9E. RESPONSE TIME: REQUEST FOR QUOTATION WILL BE ACCEPTED AT THE 347 CONTRACTING SQUADRON LOCATED AT 4380B ALABAMA ROAD, MOODY AFB GA 31699 NO LATER THAN 2:00 P.M. EST ON 18 Apr 2005. ALL PROPOSALS SHALL BE MARKED WITH THE REQUEST FOR QUOTATION/SOLICITATION NUMBER, QUOTATION DATE & TIME, AND PROJECT TITLE ON THE OUTSIDE OF THE PROPOSAL ENVELOPE. FACSIMILE OFFERS ARE ACCEPTABLE. CONTRACTING OFFICER: Jim Kessel. The point of contact for this solicitation is Steve Davis, (229) 257-4704, (229) 257-4032 (telefax).
 
Place of Performance
Address: Spence Field, Moultrie GA
Zip Code: 31768
 
Record
SN00785126-W 20050410/050408212417 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.