Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2005 FBO #1389
MODIFICATION

J -- Aquarium Maintenance Service

Notice Date
9/13/2005
 
Notice Type
Modification
 
NAICS
712130 — Zoos and Botanical Gardens
 
Contracting Office
Department of the Air Force, Air Force Space Command, 460 CONS / LGC, 460 CONS / LGC, 510 S. Aspen St. (MS 92) Bldg 1030, Buckley AFB, CO, 80011-9551
 
ZIP Code
80011-9551
 
Solicitation Number
FA2543-05-Q-0023
 
Response Due
9/19/2005
 
Archive Date
10/4/2005
 
Point of Contact
Julie Linton, Contracting Specialist, Phone 720-847-7175, Fax 720-847-6443, - Attila Kovacs, Contracting Officer, Phone 720-847-9952, Fax 720-847-6443,
 
E-Mail Address
julie.linton@buckley.af.mil, attila.kovacs@buckley.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This combined synopsis and solicitation for commercial items for Buckley AFB, Colorado, is prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. FOB is destination. This acquisition is a FY?06 requirement for aquarium maintenance service, and is subject to the availability of FY?06 funds. This contract has one line item. Contractor shall provide all tools, labor, parts, and transportation necessary to perform services in accordance with the Statement of Work (SOW) dated 31 August 2005. The Service Contract Act and Wage Determination 1994- 2081 Rev. 27, dated 06/01/2005, applies to this acquisition. This announcement constitutes the only solicitation, and written copies of this solicitation will not be provided. Quotes are being requested. Solicitation FA2543-05-Q-0023 is a Request for Quote (RFQ). This procurement is being issued as a TOTAL SMALL BUSINESS SET-ASIDE. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05 and DCN 20050901. North American Industrial Classification System Code 712130, and size standard of $6,000,000.00 applies to the solicitation. The Government intends to award a Firm Fixed Price Purchase Order under Simplified Acquisition Procedures (SAP) using FAR Part 13. The following provisions and clauses are hereby incorporated by reference: FAR 52.212-1 Instructions to Offerors--Commercial Items, FAR provision 52.212-3 Offeror Representations and Certifications - Commercial Items shall be completed and submitted with the proposal (complete provision in full text below), FAR clauses 52.212-4 Contract Terms and Conditions--Commercial Items, FAR52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.223-5, Pollution Prevention and Right-to Know Information; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.219-6, Notice of Total Small Business Set Aside; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.252-6, Authorized Deviations in Clauses; 52.222-42, (99020- Animal Caretaker $10.16) Statement of Equivalent Rates for Federal Hires; 5352.242-9000, Contractor Access to Air Force Installations; 252.247-7023, w/ Alt III Transportation of Supplies by Sea; 52.228-5, Insurance- Work on a Government Installation; ;52.222-41, Service Contract Act of 1965, as Amended; 5352.201-9101, Ombudsman (Mr. Michael D. McAdams, 719-554-5250, michael.mcadams@peterson.af.mil); 5352.228-9500, Insurance Requirements; 252.204-7003, Control of Government Personnel Work Product; 252-204-7004 Alt A, Required Central Contractor Registration; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Terms [252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7002, Qualifying Country Sources As Subcontractors; 252.225-7036, Buy American?North American Free Trade Agreement Implementation Act?Balance of Payments Program; 252.232.7003, Electronic Submission of Payment Requests]; 52.252-2, Clauses Incorporated by Reference, apply to this acquisition. The full text of the FAR and DFARS can be accessed on the Internet at http://www.farsite.hill.af.mil. Parties responding to this solicitation may submit their quote in accordance with standard commercial practices. Detailed price breakdowns of submitted prices are encouraged. All quote must include the following information: Company?s complete mailing and remittance address, discounts for prompt payment, if any (e.g. 1% 10 days), the company?s CAGE Code, Dun & Bradstreet number, and Taxpayer ID number. The Government intends to make a best value single award to the responsible offeror whose offer is the most advantageous to the Government considering best price. Contractor shall be required to invoice through the Wide Area Work Flow (WAWF) system at https://wawf.eb.mil. More information regarding WAWF will be provided upon contract award. The contractor must have current registration through Central Contractor Registration (CCR), www.ccr.gov, to be eligible for award. All responsible small business sources may submit an offer, which shall be considered by the agency. Quotes are due no later than 2:00 PM MDT, 19 September 2005. Quotes may be mailed to: 460 CONS/LGCB, Attn: Julie Linton, 510 S. Aspen St. MS92, Buckley AFB, CO 80011-9551. Quotes may also be submitted via email to the following email addresses: julie.linton@buckley.af.mil and attila.kovacs@buckley.af.mil or faxed to (720) 847-6443, Attn: Julie Linton. Inquiries shall be submitted via email to the above email addresses, or call Julie Linton at (720)-847-7175 or Attila Kovacs at (720) 847-9952. Information added to the solicitation: A site visit will be conducted on Friday, 16 September 2005 at 10:30am. This is expected to last about an hour. This site visit is mandatory. Please submit a Visit Authorization Letter (VAL) on company letterhead listing the FULL name(s) of the employee?s who will be attending the site visit. This information will be given to the Buckley AFB Security Office/Visitor Center and a visitor pass will be issued. This VAL must be submitted to Julie Linton or Attila Kovacs no later than 10:30am on Thursday, 15 September. The VAL may be e-mailed to julie.linton@buckley.af.mil or attila.kovacs@buckley.af.mil or faxed to 720-847-6443. Also, upon receipt of the VAL, directions of how to get to the Child Development Center will be sent out. Thank you!
 
Place of Performance
Address: 460 SVD/SVYC, 18300 E. Crested Butte Ave, CDC Bldg 725 (MS 24), Buckley, AFB CO
Zip Code: 80011
Country: USA
 
Record
SN00893873-W 20050915/050913212241 (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.