Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2005 FBO #1390
SOLICITATION NOTICE

V -- Installation Activities and Relocation Transition Services for MILCON Project

Notice Date
9/14/2005
 
Notice Type
Solicitation Notice
 
NAICS
488991 — Packing and Crating
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 96th Contracting Squadron (Eglin AFB), 96th Contracting Squadron 205 West D Ave., Suite 541, Eglin AFB, FL, 32542-6862
 
ZIP Code
32542-6862
 
Solicitation Number
Reference-Number-F1T4AS5243A200
 
Response Due
9/26/2005
 
Archive Date
12/30/2005
 
Small Business Set-Aside
Total Small Business
 
Description
The 96th Contracting Squadron, Eglin AFB, Florida intends to solicit and award a Firm-Fixed Price 100% Small Business Set-Aside Contract. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and Subpart 13.5, 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 announcement number is F1T4AS5243A200. This solicitation is issued as a Request for Proposal (RFP). The North American Industry Classification System (NAICS) code for this acquisition is 488991, with the average sales revenue of $21,500,000.00. The requirements are as follows: CLIN 1 - 1 Each - Phase 1, contractor shall provide on-site receiving and installation of medical equipment. Relocation services for designated departments consists of receiving computerized and conventional medical equipment, along with the installation of the equipment as necessary from multiple vendors and manufacturers for this project. In accordance with Performance Work Statement (PWS). CLIN 2 ? 1 Each - Phase II services are for the relocation of electronic equipment, furnishings, medical equipment, material and supplies of numerous medical clinics and administrative departments related to the area being renovated. In accordance with Performance Work Statement (PWS). CLIN 3 ? 1 Each -Phase III is for the consolidation, coordination and physical placement of remaining furniture and equipment into a common area and/or Defense Reutilization Management Office (DRMO) with management approval, labor and handling equipment as required for this project. - Complete on-site, off-site packing, receiving and installation of sensitive and specialized medical equipment, computer equipment and furniture in accordance with Performance Work Statement (PWS). EVALUATIONS will be based on price and past performance with past performance being more important than price. The clauses are those in effect through Federal Acquisition Circular 2005-05. The following clauses are incorporated by reference: 52.202-4, Definitions; 52.203-3, Gratuities; 52.212-3 -- Offeror Representations and Certifications --Commercial Items (www.bpn.gov or ORCA); 52.212-4, Contract Terms and Conditions ? Commercial Items; 52.212-5(DEV), Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items; 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-19, Child Labor ? cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36, Affirmative action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-13, Restrictions on Certain Foreign Purchases; 52.225-16, Sanctioned European Union Country Services; 52.232-33. Payment by Electronic Funds Transfer; 52.228-5, Insurance ? Work on A Government Installation; 52.233-3, Protests after Award; 52.233-4, Applicable Law For Breach of Contract Claim; 52.222-41, Service Contract Act of 1965, As Amended; 52.223-11, Ozone-Depleting Substances; 52-247-34, FOB Destination; 252.212-7001 (DEV), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7001, Buy American Act and Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Request for Equitable Adjustment; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.246-7000, Material Inspection and Receiving Reports; 5352.242-9000, Contractor access to Air Force Installations. The following provisions and clauses are provided in full text: 52.212-2 Evaluations ? Commercial Items (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 considered. The following factors shall be used to evaluate offers: (1) past performance. Past performance is being requested from at least two (2) sources within the past 3 years; (2) price. Past performance is significantly more important than price. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either part. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.; 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits Material Coordinator/Expeditor $16.41 -- $5.39 Material Handling Laborer $10.44 -- $3.43 (End of Clause) 52.252-2 -- Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(as): http://farsite.hill.af.mil (End of Clause); 52.252-6, Authorized Deviations In Clauses, (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of ?(DEVIATION)? after the date of the clause. (b) The use in this solicitation or contract of any DFARS. (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of ?(DEVIATION)? after the name of the regulation. (End of Clause); J-2, WIDE AREA WORK FLOW DODAAC AND EMAIL DISTRIBUTION TABLE SF 1449. THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR INVOICES AND ADDITIONAL EMAILS CORRECTLY THROUGH WAWF. Invoice Type: INVOICE AND RECEIVING REPORT (COMBO). Contract Number: See Block #2 of the award. Delivery Order: See Block #4 of the award if applicable. Issue Date: See Block #3 of the award. Issue DODAAC: See Block #9 of the award. Admin DODAAC: See Block #16 of the award. Inspected By DODAAC/Ext: F1T4AS. Ship To Code/Ext: See Contract Line Item. Ship From Code:Add Vendor Information. Pay DODAAC: See Block #18a of the award. ADDITIONAL EMAIL NOTIFICATIONS: Inspector: Maria Vallejo maria.vallejo@eglin.af.mil; Minerva Hernandez minerva.hernandez@eglin.af.mil; Mark Pruett mark.pruett@eglin.af.mil; Sue Siebenberg sue.siebenberg@eglin.af.mil and Lorna Hendrix lorna.hendrix@eglin.af.mil. Payments may be expedited electronically via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF Training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. For Attachments: Performance Work Statement (PWS), Wage Determination No 1994-3033 Rev 4 dated 5/23/2005, Past Perfromance Questionnaire Sheet. You may contact Ms Diane Sisk at 850-882-4418, e-mail: diane.sisk@eglin.af.mil. To view the provisions and clauses in full text, visit the web site (http://farsite.hill.af.mil). The proposal is at the discretion of the offeror. Vendors must be registered in Central Contractor Registration (www.ccr.gov) before award can be made. All responses must be received no later that 12:00 PM (Noon), Central Standard Time on 26 September 2005. Send all proposals by mail to Diane Sisk, 205 West D Ave, Suite 541, Eglin AFB FL 32542-6862, by facsimile to 850-882-1680 Attn: Diane Sisk or by E-mail to diane.sisk@eglin.af.mil.
 
Place of Performance
Address: Eglin AFB Florida
Zip Code: 32542
Country: United States
 
Record
SN00894902-W 20050916/050914212035 (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.