Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2006 FBO #1759
SOLICITATION NOTICE

49 -- Removal/Installation maintenence

Notice Date
9/18/2006
 
Notice Type
Solicitation Notice
 
NAICS
811198 — All Other Automotive Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 982), Base Support Flight 700 Suffolk Street, STE 1200, Peterson AFB, CO, 80914-1200
 
ZIP Code
80914-1200
 
Solicitation Number
FA2517-06-T-6115
 
Response Due
9/20/2006
 
Archive Date
9/21/2006
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION Remove Emergency Equipment off GSA, add equipment to new GSA vehicle (I) 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. (II) This solicitation is issued as a request for quote (RFQ). Submit written quote (to include price quote for all CLINS) on RFQ reference number FA2517-06-T-6115. (III) This solicitation document and incorporated provisions and clauses are those in effect through Fed Acquisition Circular 2005-12. (IV) This solicitation is a Small Business set-aside. NAICS 811198, small size standard is $6.5 million. (V) This combined synopsis/solicitation is for the following commercial items: . CLIN 0001 Non-Personal Service- The contractor shall provide all supervision, management and labor necessary to remove emergency equipment off GSA, add equipment to new GSA vehicle in accordance with the statement of work. (VI) Description of requirement: STATEMENT OF WORK REMOVALJINSTALLATION OF EMERGENCY LIGHTBARS, SIRENS, PUBLIC ADDRESS SYSTEM, AND RADIOS ON 721 SFS LEASED VEHICLES 1.0. Scope of Work. The contractor shall provide all materials, supplies, equipment (except equipment provided as Govermnent Furnished Equipment), and labor to install emergency lights, sirens, radios, and public address systems on one (1) 721 SFS leased vehicle. This emergency equipment is required to be installed LAW AFI 3 1-101 para.10.7.3. Contractor must use the following equipment: a. 2 Each Whelen 100-Watt Amplifiers b. 2 Each Whelen Control Boxes c. 3 Each Motorola Mobile Radios 1.1. Configuration. All equipment shall function in accordance with manufacture?s specifications and intended use. 1.1.1. Emergency Light Bars. Each light bar will consist of two red and two blue LED lights. The emergency light bars shall be installed inside the vehicle at the top of the windshield, rear side windows, and in the back window. 1.1.2. Radios. Radios need to be installed with external antenna. Must operate with individual microphone. 1.1.3. Public Address System. The Public Address System must be functional at any time. Must operate with individual microphone. 1.1.4. Sirens. 1.1.5. Front and rear flashers 1.2. Installation. All installation will be done with as little permanent change to the vehicle as possible using mounts that can easily be removed and re-installed in other vehicles. 1.3. Vehicles will be delivered one at a time. Once installation is complete, the vehicle will be inspected and accepted. 1.4. Work must be performed in the Colorado Springs area to lessen the required travel and expense incurred by 721 SFS. 2.0. Government Furnished Equipment (GFE). The government will provide the following equipment for installation: a. Motorola Radio 3.0. Contractor Furnished Equipment. The contractor shall provide all equipment, not otherwise identified as GFE, necessary to complete the work identified within this Statement of Work. (VII) Delivery FOB Destination to Building 721 SFS, 1 NORAD ROAD CHEYENNE MTN AFS CO 80914-6084 30 days after awarded contract. (VIII) FAR 52.212-1, Instructions to Offerors ? Commercial Items (Jan 2004), applies to this acquisition. (IX) FAR 52.212-2, Evaluation -- Commercial Items (Jan 1999), applies to this acquisition. A contract will be awarded to the vendor using the following criteria to determine best value to the Government: Lowest responsive offer. (X) The offeror must have completed the Online Representations and Certifications Application (ORCA) which is the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (May 2004). The web site address is https://orca.bpn.gov/ (XI) FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 2003), applies to this acquisition. (XII) FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Jun 2004). Additional FAR 52.212-5 clauses cited in the clause applicable to this acquisition are (5)(i), (14), (15), (16), (17), (18), (19), (20), (26), (31) C(1) and C(2). (XIII) The following clauses are also applicable to this acquisition: 52.204-7, Central Contractor Registration; Clauses Incorporated by Reference; 252.204-7004 Alt A, Required Central Contractor Registration; 252.212-7001 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.232-7003, Electronic Submission of Payment Requests; 52.222-22, Previous Contracts and Compliance Reports; 52.233-3, Protest After Award. DFARS 252.225- 7001, Buy American Act and Balance of Payment Program, 52.212-5(dev) Contract Terms and Conditions Required To Implement Statutes Or Executive Orders, 5352.201-9101 Ombudsman and Davis-Bacon Prevailing Wages. (XIV) NA (XV) NA (XVI) Quotes are required to be received no later than 12:00 pm Mountain Standard Time, Wednesday September 20, 2006, and must include the following: Company name; address; phone numbers; DUNS number; CAGE code; itemized quote; statement that ORCA has been completed (see para X above). Quotes shall be delivered via fax to (719) 556- 4321 or email to david.moreno@peterson.af.mil (XVII) Please direct any questions regarding this solicitation to David Moreno at david.moreno@peterson.af.mil
 
Place of Performance
Address: PETERSON AFB
Zip Code: 80914
Country: UNITED STATES
 
Record
SN01146905-W 20060920/060918220807 (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.