Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2005 FBO #1271
SOLICITATION NOTICE

42 -- DECONTAMINATION & REHABILITATION TENTS W/BIO HAZARD EQUIPMENT & ACCESSORIES INCLUDED

Notice Date
5/18/2005
 
Notice Type
Solicitation Notice
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, NV, 89191-7063
 
ZIP Code
89191-7063
 
Solicitation Number
FA4861-05-Q-B519
 
Response Due
5/30/2005
 
Archive Date
6/14/2005
 
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: quotations are being requested and a written solicitation will not be issued. The solicitation FA4861-05-Q-B519 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR) 12 and 13. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2001-04. THIS SOLICITATION IS 100% SET-ASIDE FOR SMALL BUSINESS. The Standard Industry Classification (SIC) for this solicitation is 3842 and the North American Industry Classification System (NAICS) is 339113 based on 500 employees or less for the past 12 months. Award will be made on or about 31 MAY 2005. Contractor shall furnish all local support, tools, parts, materials and transportation to purchase CLIN 0001 ? Rehab Tents (ATTACHMENT #1). Delivery shall be no later than 18 July 2005. Delivery of the parts will be FOB destination which is, Nellis Air Force Base, Nevada, 89191. P lease indicate Delivery Schedule in number of days after receipt of order (ARO). Award will be made based on best value to the government. Best value will be based upon review of price and delivery. This combined synopsis/solicitation will be posed on the Federal Government Electronic Posting Systems (EPS) site, http://www1.eps.gov. Amendments will be posted on the affected solicitation page EPS site. It is the offeror?s responsibility to monitor this site for the release of amendments (if any). The following provisions and clauses can be viewed through Internet access at Air Force FAR Site, http://farsite.hill.af.mil. The following clauses and/or provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors ? Commercial Items, with the following technical description in sufficient detail to evaluate compliance with the requirements of the solicitation (i.e. product literature), the terms of any expressed warranty, price and any discount, and delivery times; FAR 52.212-2 Evaluation ?Commercial Items. Award will be made to the responsible, responsive offeror whose offer will result in the best value to the government, delivery and price considered. The provisions at 52.212-3, Offeror Representation and Certifications?Commercial Items, 52.212-4, Contract Terms and Conditions-Commercial Items applies to this solicitation. 52.212-5, Executive Orders-Commercial Items, 52.225-13, Restrictions on Certain Foreign Purchases, 52.225-15, Sanctioned European Union Country End Products, 52.222-19, Child Labor- Cooperation with Authorities and Remedies, 52.232-18, Availability of Funds and 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration applies for this solicitation. The provisions at 52.252-2, Clauses Incorporated by Reference apply to this solicitation and 52.252-6, Authorized Deviation in Clauses. The provisions at 252.225-7000, Buy American Act- Balance of Payments Program Certificate, 252.204-7004, Required Central Contractor Registration, and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or executive Orders Applicable to Defense Acquisitions of Commercial Items. Offerors must include with their quotations: A completed copy of the provisions at 52.212-3, Offeror Representations and Certifications--Commercial Items (ATTACHMENT #2). Offerors who fail to complete and submit Representations and Certifications, may be considered non-responsive. For solicitations issued after 1 Jun 98 all ** contractors are required to Registered in the Central Contractors Registration (CCR) **. If not already registered, you should immediately register with CCR by calling 1-888-227-2423 or via the Internet at https://www.ccr.dlis.dla.mil/ccr/scripts/index.html. Contractors are required to have a Dun & Bradstreet number (DUNS) in order to be registered in the CCR database. Lack of registration prior to award, may make an offeror ineligible for award. A contractor can receive a DUNS number by calling Dun & Bradstreet at (800) 333-0505. Internet registration takes approximately 72 hours: mail-in registration takes approximately 30 days. Interested parties must submit any questions in writing to the Contracting Officer listed below, by fax or email. Quotations and amendments (if any) must be signed, dated and submitted in writing or by fax by 2:00 PM on 30 May 2005 Pacific Standard time to the 99th Contracting Squadron, 5865 Swaab Blvd., Nellis AFB, NV 89191, Attention Mr. David Tidwell. Contact Contracting Administrator, at (702) 652-5321, FAX NO. (702) 652-9570, or david.tidwell@nellis.af.mil or Ms. Maureen Minshew as an alternate, at maureen.minshew@nellis.af.mil or (702) 652-6003 for information regarding this solicitation.
 
Place of Performance
Address: Nellis Air Force Base, Nevada
Zip Code: 89191
Country: USA
 
Record
SN00810200-W 20050520/050518211828 (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.