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
MODIFICATION

42 -- Aircraft Fire Training Facility Repair

Notice Date
9/18/2006
 
Notice Type
Modification
 
NAICS
238210 — Electrical 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-Q-6014
 
Response Due
9/25/2006
 
Archive Date
10/10/2006
 
Point of Contact
Amanda Ferraiolo, Contract Journeyman, Phone 919-722-5405, Fax 919-722-5404,
 
E-Mail Address
amanda.ferraiolo@seymourjohnson.af.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6 and FAR FAC 2005-12. This announcement constitutes the only solicitation, and is issued as a Request for Quotation. A WRITTEN SOLICITATION WILL NOT BE ISSUED. This is an Unrestricted acquisition. This is a firm-fixed price procurement procured using commercial procedures. Please see attached Statement of Work. Solicitation Number is FA4809-06-Q-6014. The NAICS code 238210 applies to this solicitation. The size standard is $13,000,000. The item description is as follows: CLIN 0001: All parts and labor necessary to repair equipment and bring equipment fully operational. Includes installation, repair, and testing of the Aircraft Fire Training Facility (AFTF) in accordance with the attached Statement of Work. THE SUMMARY OF THE INSPECTION AND TESTING REPORT MAY BE MADE AVAILABLE BY CALLING AMN FERRAIOLO AT (919) 722-5419. Quantity: 1 Lump Sum. ALONG WITH QUOTE, OFFERORS MUST PROVIDE A WRITTEN BREAKDOWN FOR PARTS $ LABOR NEEDED TO COMPLETE REPAIR. SEE THE FOLLOWING STATEMENT OF WORK AND ATTACHED SUMMARY OF INSPECTION AND TESTING REPORT: STATEMENT OF WORK (SOW) 1. SCOPE: The work covered by the provisions of this contract consists of the installation, repair, and testing of the Aircraft Fire Training Facility. All work will be based on the attached inspection report in accordance with technical order (T.O.) 35E1-2-13-1, which can be made available upon request. 2. MATERIALS: All materials will be provided by the contractor. 3. LOCATION: Seymour Johnson Fire Training Area, Seymour Johnson AFB, NC 27531. 4. WORKMANSHIP: All work must meet applicable standards per T.O. 35E1-2-13-1. 5. CLEANUP: The contractor is responsible for returning all work sites to the condition in which they were found and disposal of all replaced equipment. 6. EMPLOYEES: 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) 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) Delivery Date, 7) 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 information, 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 Small Business Program Representations, FAR 52.222-1 Notice to the Government of Labor DisputesFAR 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 Reference (located at http://farsite.hill.af.mil). FAR 52.252-6 Authorized Deviations in Clauses, 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 (AUG 2005). Primary Point of Contact is Amn Amanda Ferraiolo, (919) 722-5419 or michael.quinn@seymourjohnson.af.mil and Alternate is SSgt. Michael Demers, (919) 722-5410 or michael.demers@seymourjohnson.af.mil. Mailing address for quotes is 4TH Contracting Squadron LGCBB, 1695 Wright Brothers Ave, Seymour Johnson AFB, NC 27531-2459. All quotes shall be received NLT September 25, 2006 at 12:00 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 Federal Business Opportunities (FBO) website only. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (18-SEP-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/ACC/4CONS/FA4809-06-Q-6014/listing.html)
 
Place of Performance
Address: Seymour Johnson AFB NC
Zip Code: 27531
Country: UNITED STATES
 
Record
SN01147742-F 20060920/060918224034 (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.