Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 26, 2006 FBO #1703
SOLICITATION NOTICE

56 -- FURNISH AND INSTALL CHAIN LINK FENCE

Notice Date
7/24/2006
 
Notice Type
Solicitation Notice
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of the Air Force, Air Combat Command, 4 CONS, 1695 Wright Brothers Ave, Seymour Johnson AFB, NC, 27531
 
ZIP Code
27531
 
Solicitation Number
FA4809-06-0262
 
Response Due
8/4/2006
 
Archive Date
8/19/2006
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
COMBINED SYNOPSIS/SOLICITATION 100% SERVICE ?DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE FURNISH AND INSTALL CHAIN LINK FENCE DARE COUNTY BOMB RANGE, STUMPY POINT NC Solicitation No: FA4809-06-0262 This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6 and FAR FAC 2005-11. This announcement constitutes the only solicitation, and is issued as a Request for Quotation. A WRITTEN SOLICITATION WILL NOT BE ISSUED. This is a 100% Service-Disabled Veteran-Owned Small Business Set-Aside. This is a firm-fixed price procurement and will be procured using commercial procedures. Solicitation Number is FA4809-06-Q-0262. The NAICS code 238990 applies to this solicitation. The size standard is 13 Million Dollars. . STATEMENT OF WORK 1. SCOPE: The work covered by the provisions of this contract consists of furnishing all labor, tools, equipment and supplies necessary to install a 775 linear feet chain link fence. The contractor is responsible for: Furnishing and installing 775 linear feet of 8? X 9 gauge chain link fence including top rail, bottom tension wire, 3 strands of barbed wire, truss rods and braces. a. Upon notification to proceed, coordinate installation/repair time with authorized Government personnel. b. Completing the job in accordance with all federal, state and local codes. 2. MATERIALS: The contractor will use the following galvanized materials: One 5/8?OD top rail, SCH-40 Two ?? OD line posts, SCH-40 Three inch OD terminals, SCH-40 Four inch OD gate posts One 30? aluminum internal track gate All posts set in 9? X 36? concrete footings. 3. LOCATION: This work is to be accomplished at the Dare County Bombing range. F-15E Stomper Road Stumpy Point, NC 27978 4. WORKMANSHIP: All workmanship will comply with standard trade practices. The contractor shall provide qualified personnel, equipment and services required to install 775 linear feet of chain link fence. 5. CLEANUP: The contractor is responsible to return work site to the condition in which it was found. 6. WARRANTY: The contractor will guarantee all workmanship for a period of one year from completion of work. The following clauses and provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items; The RFQ should be submitted and shall contain the following information: 1) RFQ number, 2) time specified for receipt of offers, 3) name, address, and telephone number of offeror, 4) terms of any express warranty, 5) price and any discount terms, 6) a completed copy of the representations and certifications at FAR 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Items (see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically); Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration, (IAW FAR 4.1201) prospective contractors must be registered in the Online Representative & Certification Application (ORCA) at http://orca.bpn.gov ) 7) Period for acceptance of offers - The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation, 8) Late offers - Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is ?late? and will not be considered. FAR 52.212-2 Evaluation-Commercial Items, award evaluation will be in accordance with FAR 13.106-2 and will be based on price, delivery and warranty terms. FAR 52.212-4 Contract Terms and Conditions-Commercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, Paragraphs (a), (b) (5)(ii) (14) (15) (16) (17) (18) (19) (20) (24)(ii) (26) (31), (d), and (e) applies to this solicitation. FAR 52.212-5 (Deviation) Contract Terms and Conditions Required to Implement Statutes or Executive Order ? Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.204-7 Central Contractor Registration, FAR 52.219-1 Alt 1 Small Business Program Representations (Offerors must include a completed copy of this provision with their quote), FAR 52.219-27 Notice of Total Service-Disabled Veteran Owned Small Business Set-Aside, FAR 52.222-1 Notice to the Government of Labor Disputes, FAR 52.222-22 Previous Contracts and Compliance Reports, FAR 52.222-25 Affirmative Action Compliance Reports, FAR 52.247-34 F.O.B. ? Destination, FAR 52.252-1 Solicitation Provisions Incorporated by Reference, FAR 52.252-2 Clauses Incorporated by References (located at http://farsite.hill.af.mil). FAR 52.252-6 The following are also applicable to this solicitation: DFARS 252.204-7004 Required Central Contractor Registration, DFARS 252.232-7003, Electronic Submission of Payment Requests, DFARS 252.246-7000, Material Inspection and Receiving Report, AFFARS 5352.201-9101, Ombudsman. The contractor shall ensure all employees working on Seymour Johnson Air Force Base possess proper identification and/or citizenship documentation. Under the Immigration and Nationality Act (INA), employers may hire only persons who may legally work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S. The employer must verify the identity and employment eligibility of anyone to be hired (Ref: U. S. Department of Labor: http://www.dol.gov/compliance/guide/aw.htm#whowhich) Primary Point of Contact is SSgt Mary C. McKay (919) 722-5408 and Alternate is TSgt Brian Cooper at (919) 722-5405. Mailing address for quotes is 1695 Wright Brothers Ave, Seymour Johnson AFB, NC 27531. Site Visit is scheduled for Tuesday, 1 August 2006 at 10:30 AM at the Dare County Bomb Range, F-15E Stomper Rd, Stumpy Point, NC 27978. ONLY ONE SITE VISIT WILL BE HELD AND ATTENDANCE IS HIGHLY ENCOURAGED. All quotes shall be received NLT 4 August 2006 at 4:00 P.M. EST. Facsimile quotes will also be accepted at (919) 722-5404. ALL OFFERORS MUST BE REGISTERED IN THE DEPARTMENT OF DEFENSE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE PRIOR TO RECEIVING ANY AWARD. Information concerning CCR requirements can be accessed at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. All responsible sources may submit a quotation, which, if timely received, shall be considered by this agency. This solicitation will be posted on the Electronic Posting System (EPS) Internet website only.
 
Place of Performance
Address: DARE COUNTY BOMB RANGE, F-15E STOMPER RD, STUMPY POINT, NC
Zip Code: 27978
Country: UNITED STATES
 
Record
SN01096269-W 20060726/060724220547 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.