Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 13, 2006 FBO #1509
SOLICITATION NOTICE

48 -- Double Block and Bleed Valves

Notice Date
1/11/2006
 
Notice Type
Solicitation Notice
 
NAICS
332911 — Industrial Valve Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 366 CONS, 366 Gunfighter Ave Ste 498, Mountain Home AFB, ID, 83648-5296
 
ZIP Code
83648-5296
 
Solicitation Number
Reference-Number-F3F3CE5329A100
 
Response Due
1/25/2006
 
Archive Date
2/9/2006
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items 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 written solicitation will not be issued. (ii) Request for Quote (RFQ) F3F3CE5329A100 is a combined synopsis/solicitation for commercial items. This combined synopsis/solicitation is issued as a RFQ. Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-06 and through Department of Defense Acquisition Regulation Change Notice 20051209. It is the contractor?s responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm (iv) This procurement is being issued as 100% Small Business Set-Aside. North American Industrial Classification Standard: 332911; Small Business Size Standard: 500 employees. (v) CLIN (0001) 3 each, 20-inch Electrically Actuated Double Block and Bleed Valves with a 60 second or less open and close time made of steel, CLIN (0002) 3 each, 20-inch 150 pound bolt pattern flanges made of steel, CLIN (0003) 1 lump sum, installation, labor and welding to shorten existing pipes, install new flanges, assist with installation of new valves to flanges, electrical work to remove old control boards, run conduits (10 feet each), and wire the actuators to the control boards. (vi) All work will be done IAW American Petroleum Institute standards. Assistance by 366 Civil Engineering will incluce the following: Provide crane and operator for valve placement and 3 other personnel to help with valve placement and fastening bolts to secure valves to flanges only. The Service Contract Act applies only to any potential installation that may occure. The following wage determinations are for information only: 23960 Welder, Combination, Maintenance $14.27 23160 Electrician, Maintenance 19.82 (vii) FOB-Destination for delivery to: 366 CES/CEOUL, 1030 Liberator St., Mountain Home AFB, ID 83648. Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). (viii) The provision at FAR 52.212-1 Instructions to Offerors?Commercial Items, applies to this acquisition. (ix) The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based on All or None and Best Value to the Government. Best value can include but is not limited to price, delivery date, and technical capability. (x) The clause at FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items, applies to this acquisition. Complete only paragraph (j) of this provision if the annual representations and certificates have been completed electronically at http://orca.bpn.gov. If the annual representations and certifications has not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed. (xi) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-4 addendum are included. (xii); FAR 52.232-18 Availability of Funds; FAR 52.247-34 - F.O.B. ? Destination; FAR 52.252-2 Clauses Incorporated by Reference; and AFFARS 5352.201-9101 Ombudsman, applies to this acquisition. (xiii) The clause at DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, specifically the following clauses cited, are applicable to this solicitation: FAR 52.203-3 Gratuities; DFARS 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.225-7012 Preference for Certain Domestic Commodities; DFARS 252.232-7003 Electronic Submission of Payment Requests that includes Wide Area Work Flow information; DFARS 252.243-7002 Request for Equitable Adjustment; and DFARS 252.247-7023 Transportation of Supplies by Sea. Offerors must include a completed copy of the provision at: DFARS 252.212-7000, Offeror Representations and Certifications?Commercial Items. (xiv) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item, specifically the following clauses cited are applicable to this solicitation: FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.203-6 Restriction on Subcontractor Sales to the Government, with Alternate I; FAR 52.219-6 Notice of Total Small Business Aside; FAR 52.219-8 Utilization of Small Business; FAR 52.219-14 Limitations on Subcontracting; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-41 Service Contract Act of 1965 as Amended; 52.222-42 Statement of Equivalent Rates for Federal Hires; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.222-41 Service Contract Act of 1965; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires; FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; 52.247-34 F.O.B. Destination; F.O.B. Origin and/or F.O.B. Destination. (xv) Numbered Note 1 (xvi) All quotes must be emailed to david.thompson@mountainhome.af.mil , or faxed to (208) 828-2658 in care of TSgt David R. Thompson. Quotes are required to be received no later than 16:30 MST, 25 Jan 06.
 
Place of Performance
Address: 366 CES/CEOUL, 1030 Liberator St, Mountain Home AFB, ID
Zip Code: 83648
Country: USA
 
Record
SN00964584-W 20060113/060111211848 (fbodaily.com)
 
Source
FedBizOpps 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.