Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 09, 2005 FBO #1291
SOLICITATION NOTICE

99 -- REPLACE CAR WASH EQUIPMENT

Notice Date
6/7/2005
 
Notice Type
Solicitation Notice
 
NAICS
423850 — Service Establishment Equipment and Supplies Merchant Wholesalers
 
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-FIXH4N51450001
 
Response Due
6/22/2005
 
Archive Date
7/7/2005
 
Description
(i) 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; proposals are being requested and a written solicitation will not be issued. This request falls under NAICS code 423850, with a small business size standard of 500 employees. (ii) The solicitation/synopsis reference number FIXH4N51450001 is being issued as a Request For Proposal (RFP) for the purpose of Project Management Training. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-03. (iv) This acquisition provides for full and open competition. (v) Offerors shall provide a total cost for the entire job, as follows: REMOVE EXISTING CAR WASH EQUIPMENT 4 BAYS SELF SERVICE AND PROVIDE AND INSTALL NEW CAR WASH SELF SERVE EQUIPMENT MFG NAME: MARK VII AQUAJET or EQUAL. ONE (1) LOT INCLUDING THE FOLLOWING: AJSS BASE UNIT, MFG: MARK VII CLEAR COAT MODULE, HIGH PRESSURE HOT WATER INJECTION MODULE, PRESOAK MODULE, TIRE CLEANER MODULE, WHEEL CLEANER MODULE, BUG CLEANER MODULE, BUBBLE BRUSH MODULE, FOAMING CONDITIONER MODULE INCLUDING: TRICOLOR CONDITIONER UPRGADE AND PISTOL APPLICATOR, LED DISPLAYS, AIR DUMP VALVE SYSTEM, 12-POSITION LARGE ROTARY COIN BOX, COUNTDOWN TIMERS LOCATED WITHIN COIN BOXES, STANDARD BOOMS FOR APPLICATIONS, LARGE INSTRUCTIONAL SIGNS AS DESIGNATED FOR FUNCTIONS, MENU SIGNS MATCHING COIN BOXES, MANUAL WEEP W/WEEP LOCK, TIMED AUTOMATIC WEEP UPGRADE, BUBBLE BRUSH AIR WEEP. ALL ITEMS ABOVE ARE ?OR EQUAL? STATUS (vi) A site visit will be conducted on Wednesday, 15 June 2005 at 10:00 a.m. All contractors shall meet on the second floor of bldg 503, Charleston AFB. (viii-xii) The following clauses and provisions are incorporated and will remain in full force in any result of award. The full text of these clauses and provisions may be accessed electronically at this website: http://farsit.hill.af.mil/ (viii) FAR 52.212-1, Instructions to offeror ? Commercial Items (Jan 2005) (ix) FAR 52.212-2 Evaluation Commercial Items (Jan 1999) is applicable to this award. 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 considered. The following factors shall be used to evaluate offers: (1) Past Performance (2) Technical capability, and (3) Price. Past Performance and Technical capability are significantly more important than price. The government will evaluate offers for award purposes based on price when the technical and past performance aspects are equal. If the lowest priced evaluated 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 references of projects accomplished within the last 12 months, or your 3 most recent projects. (x) Contractors shall include a completed copy of FAR 52.212-3 (Jan 2005) a current Offeror Representations and Certifications Commercial Item. (xi) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2003) (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Jan 2005) are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply: 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 52.225-1 Buy American Act-Balance of Payment Program. (xiii) The following additional clauses are applicable to this procurement. FAR 52.204-7, 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; FAR 52.219-8 Utilization of Small Business Concerns and Small Disadvantaged Business Concerns; FAR 52.223-5 Pollution Prevention and Right To Know Information; FAR 247-34 FOB Destination; DFAR 252.232-7003 Electronic Submission of Payment Requests; 52.222-25 Affirmative Action Compliance (Apr 1984); FAR 52.222-26 Equal Opportunity (Feb 1999); FAR 52.222-41 Services Contract Act of 19965, as amended (May 1989); and FAR 52.232-33 Payment By Electronic Funds-Central Contractor Registration (May 1998) applies to this solicitation. All contractors are reminded that Central Contractor registration is mandatory; you can access this via their web site at http://ccr.gov. For more business opportunities, visit the web site of http://www.selltoairforce.org. For a link to Small Business Administration (SBA) log on to, http://www.sba.gov or you can visit us on our home page at website address http://437contracting.charleston.af.mil. All responsible sources may submit a quotation, which shall be considered by the agency. (xii) Responses to this combined synopsis/solicitation must be received via email, fax, mail or delivery by 22 June 05, no later than 4:30 PM Eastern Central Time. Responses should be marked with solicitation number FIXH4N51450001. (xiii) Point of Contact: SSgt James Licata, Contract Specialist, Phone 843-963-3569, email address james.licata@charleston.af.mil. Place of Performance Address: Charleston AFB, SC 29404 This is a non-appropriated fund purchase and it does not obligate funds of the United States Government. Non-appropriated funds are generated by the military community through the sale of goods and services and the collection of fees and charges for participation in military community programs. This purchase does not involve federal tax dollars.
 
Place of Performance
Address: Bldg 630, Charleston AFB, SC
Zip Code: 29404
Country: USA
 
Record
SN00824083-W 20050609/050607211928 (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.