Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2006 FBO #1560
SOLICITATION NOTICE

G -- MARK YOUTH ATHLETIC FIELDS

Notice Date
3/3/2006
 
Notice Type
Solicitation Notice
 
NAICS
713990 — All Other Amusement and Recreation Industries
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, OH, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
FA8601-06-T-0065
 
Response Due
3/21/2006
 
Archive Date
4/30/2006
 
Small Business Set-Aside
Total Small Business
 
Description
MARK YOUTH ATHLETIC FIELDS - This is a combined synopsis/solicitation for a commercial service 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; quotes are being requested and a written solicitation will not be issued. Solicitation FA8601-06-T-0065 is issued as a Request for Quotations (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-07. The acquisition is 100% set aside for small business concerns. The associated standard industrial classification (SIC) code is 7999 and the North American Industry Classification System (NAICS) code is 713990. The small business size standard is $6 Million. The RFQ has One (1) line item for Non Personal Services. LINE ITEM 0001: Nonpersonal Services to mark the youth athletic fields at Wright-Patterson Air Force Base, Ohio, by providing initial layout and retouch as needed on soccer and flag football fields based on dimensions provided and in accordance with the Statement of Work that will be provided upon email request. Rates shown on Wage Determination 94-2419, Revision 27, dated 05/23/2005 applies to this acquisition and will also be provided upon request. Solicitation provision at FAR 52.212-1, Instructions to Offerors ? Commercial (Jan 2004) are hereby incorporated by reference. Award will be based upon best value to the government considering cost and technical acceptability. All offerors shall include with their offers a completed copy of provision 52.212-3, Offeror Representations and Certification Commercial Items (Jan 2004). Clause 52.212-4, Contract Terms and Conditions, Commercial Items (Oct 2003), is hereby incorporated by reference. The following additional FAR clauses cited in FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items (Jan 2004) are applicable to the acquisition: 52.211-6, Brand Name or Equal, 52.203-6, Restrictions on Subcontractor Sales to the Government, With Alternate I; 52.204-6, Data Universal Numbering System (DUNS) Number; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of Vietnam Era. The following FAR clauses are incorporated into this contract by reference to implement provisions of law or executive orders: 52.223-3, Hazardous Material Identification and Material Safety; and 252.204-7004, Required Central Contractor Registration; are hereby incorporated by reference. By submission of a quote, the quoter acknowledges the requirement that prospective awardees must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation. Mr. Stephen Miller has been appointed as Ombudsman to hear concerns from offerors, or potential offers, during the proposal development. The purpose of the Ombudsman is to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. Existence of the Ombudsman does not diminish the authority of the program director or the contracting officer. Accordingly, the Ombudsman does not participate in the preparation of solicitations, the evaluation of proposals or the source selection process and, therefore, for routine matters on individual solicitations, please contract the buyer at the telephone number listed herein. When requested the Ombudsman will maintain strict confidentiality as to the source of the concern. Should you desire to contact the Ombudsman, Mr. Miller can be reached at (937) 255-5315, DSN 785-5315. His address is 1755 Eleventh Street, Room 113, Bldg 570, Wright-Patterson AFB OH 45433-7404. All proposals, Representations and Certifications, and Central Contractor Registration Information are due 16:00 PM EDT on 21 March 2006 and must be submitted to Tammy Tobe, 88 CONS/PKBB, 1940 Allbrook Drive, Suite 3, Wright-Patterson AFB OH, 45433-5309, emailed to tammy.tobe@wpafb.af.mil, or faxed to (937) 257-3926. For information concerning this solicitation, contact Tammy Tobe at (937) 257-6146 ext 4206 or tammy.tobe@wpafb.af.mil. Three (3) documents (Representations and Certifications, Statement of Work (SOW) and Wage Determination, 94-2419) to this combined synopsis/solicitation (FA8601-06-T-0065) will be provided upon email request to the above email address. Contractors must be registered in CCR prior to award for solicitations issued after 31 May 1998. Tel: 1-888-CCR-2423 Fax: 1-703-696-0213. Duns/CCR Website: http://ccr.edi.disa.mil/ccr/cgibin//query.pl.
 
Place of Performance
Address: Youth Athletic Fields, Wright-Patterson AFB OH
Zip Code: 45433
Country: U.S.A.
 
Record
SN00998950-W 20060305/060303212337 (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.