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
MODIFICATION

71 -- Storage Bins

Notice Date
9/14/2005
 
Notice Type
Modification
 
NAICS
332439 — Other Metal Container Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 347 CONS - Moody, 4380B Alabama Rd., Moody AFB, GA, 31699-1794
 
ZIP Code
31699-1794
 
Solicitation Number
FA4830-05-Q-0127
 
Response Due
9/19/2005
 
Archive Date
10/4/2005
 
Point of Contact
Michael Haydo, Contract Specialist, Phone 229-257-3226, Fax 229-257-4032, - Edwin Zapata, Contracting Apprentice, Phone 229-257-2959, Fax 229-257-4032,
 
E-Mail Address
michael.haydo@moody.af.mil, edwin.zapata@moody.af.mil
 
Description
Summary of changes to original. 1) Syn/Sol is now Unrestricted. 2) Size is 24 inches deep by 18 feet long by 8 1/4 feet high. 3) There will be six shelves per side per carriage, five per side for the stationary unit. 4) The response time has been extended until 19 Sept 05. 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-0127 and is issued as a Request for Quotation This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-05, Defense Acquisition Circular (DAC) 91-13 Correction and Air Force Acquisition Circular (AFAC) 2005-0818. The solicitation is Unrestricted. The North American Industry Classification System is 332439. The small business size standard is 500. The BID SCHEDULE shall be for: Item information is from The Spacesaver Corp. 1). 7 Each: 24 inch deep x 18 foot long x 8 1/4 feet high roller guide bearing mechanically assisted mobile carriages complete with four post shelving. 2) 1 lot: Shelving for seven mobile carriages, six shelves per side per carriage (12 per carriage total), and five per side for one stationary unit. 3) 1 Each: Rubber mat for elevated floor and ramp. 4) 1 Each: Installation of seven guide bearing spacesaver mechanically assisted mobile carriages. DELIVERY: Moody Air Force Base, Valdosta, GA 31699. FOB POINT: Destination. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: SOLICITATION NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFERS; NAME; ADDRESS; TELEPHONE NUMBER OF OFFEROR; TERMS OF THE EXPRESSED WARRANTY; PRICE, ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS. Quote shall also contain all other documentation specified herein. Signed quotes 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 Centers at 1-888-227-2423. OFFEROR?S SHALL INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, WITH THEIR OFFER. 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/. The following listed FAR clauses apply to this solicitation and are incorporated by reference. FAR 52.212-4, Contract Terms and Conditions-Commercial Items and 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 52.233-3, Protests after award _____FAR 52.203-6, Restrictions on Subcontractor Sales to the Government _____FAR 52.219-3, Notice of Total Hubzone Set Aside _____FAR 52.219-4, Notice of Price Evaluation Preference for Hubzone Small Business concerns _____FAR 52.219-5, Very Small Business Set-Aside _____ Alt I ____ Alt II _____FAR 52.219-6, Notice of Total Small Business Set-Aside ____Alt I ____Alt II _____FAR 52.219-7, Notice of Partial Small Business Set-Aside____Alt I ____Alt II _____FAR 52.219-8, Utilization of Small Business Concerns _____FAR 52.219-9, Small Business Subcontracting Plan ____Alt I ____Alt II _____FAR 52.219-14, Limitations on Subcontracting _____FAR 52.219-23,Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns ____Alt I _____FAR 52.219-25, Small Disadvantaged Business Participation Program?Disadvantaged Status and Reporting _____FAR 52.219-26, Small Disadvantaged Business Participation Program?Incentive Subcontracting _____FAR 52.219-27, Notice of Total Service Disabled Veteran Owned Small Business Set Aside _____FAR 52.222-3 Convict Labor (E.O. 11755), _____FAR 52.222-19, Child Labor?Cooperation with Authorities and Remedies _____FAR 52.22-21, Prohibition of Segregated Facilities _____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 52.223-9, Estimate Percentage of Recovered Material Content for EPA Designated Products ____Alt I _____FAR 52.225-1, Buy American Act-Supplies _____FAR 52.225-3, Buy American Act- Free Trade Agreement-Israeli Trade Act _____Alt I ____Alt II _____FAR 52.225-5, Trade Agreements _____FAR 52.225-13, Restrictions on Certain Foreign Purchases _____FAR 52.225-15, Sanctioned European Union Country End Products _____FAR 52.225-16, Sanctioned European Union Country End Services _____FAR 52.232-29 Terms for Financing of Purchases of Commercial Items _____FAR 52.232-30 Installment Payments for Commercial Items _____FAR 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration _____FAR 52.232-34 , Payment by Electronic Funds Transfer?Other than Central Contractor Registration _____FAR 52.232-36 Payment by Third Party _____FAR 52.239-1 Privacy or Security Safeguards _____FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241) _____Alt I _____FAR 52.222-41, Service Contract Act _____FAR 52.222-42, Statement of Equivalent Rates for Federal Hires _____FAR 52.222-43, Fair Labor Standards Act and Service Contract Act?Price Adjustment Multiple Year and Option Contracts _____FAR 52.222-44, Fair Labor Standards Act and Service Contract Act?Price Adjustment _____FAR 52.22-47, SCA Minimum Wages and Fringe Benefits Applicable to Successor Contract Pursuant to Predecessor contractor Collective Bargaining Agreement The following FAR Clauses apply if marked /X/: / / FAR 52.214-21, Descriptive Literature, / / FAR 52.211-6, Brand Name or Equal. The Defense Priorities and Allocations System (DPAS) rating is DO. 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 Sept 05. ALL PROPOSALS SHALL BE MARKED WITH REQUEST FOR QUOTATION, SOLICITATION NUMBER, RECEIPT OF QUOTATION DATE & TIME, AND PROJECT TITLE ON THE OUTSIDE OF THE PROPOSAL ENVELOPE. Facsimile and Email offers will be accepted. Contracting Officer: James Kessel. The point of contact for this solicitation is TSgt Michael Haydo, 229-257-3226, 229-257-4032 (fax), michael.haydo@moody.af.mil
 
Place of Performance
Address: Moody AFB
Zip Code: 31699
Country: USA
 
Record
SN00895026-W 20050916/050914212245 (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.