Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2006 FBO #1761
SOLICITATION NOTICE

54 -- Bleachers for fitness center

Notice Date
9/20/2006
 
Notice Type
Solicitation Notice
 
NAICS
337127 — Institutional Furniture Manufacturing
 
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-6031
 
Response Due
9/22/2006
 
Archive Date
10/7/2006
 
Small Business Set-Aside
Total Small Business
 
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 acquisition is 100% Small Business set-aside. This is a firm-fixed price procurement procured using commercial procedures. Solicitation Number is FA4809-06-Q-6031. The NAICS code 337127 applies to this solicitation. The size standard is 500 employees. CLIN 0001: Remove and dispose of 3 sets of telescopic wooden bleachers in the fitness center as per the SOW, Qty: 3, Unit of Issue: SE, Unit Price $_______ Per Set. CLIN 0002: Purchase and install 3 sets of telescopic wooden bleachers as per the SOW, Qty: 3, Unit of Issue: SE, Unit Price $_______Per Set. Statement of Work (SOW) To remove old and install new telescopic wooden bleachers in the Fitness Center 1. SCOPE: The work to be done under the provision of this contract consists of furnishing all materials, labor, tools, equipment and supplies necessary to remove old and install new telescopic wooden bleachers (approximately 495 seats) in the base fitness center. Two of the three sets will be five rows high and 15 feet long. The third set will be five rows high and 75 feet in length. The contractor is responsible for; a. Providing an estimate (the Government reserves the right to not accept the estimate and stop at this point at no expense). b. Upon notification to proceed, coordinate installation time with authorized Government personnel. c. Completing the job in accordance with all federal, state and local codes. 2. MATERIALS: The contractor will provide all materials to complete this contract. 3. LOCATION: This work will be accomplished in the base Fitness Center at Seymour Johnson AFB, Goldsboro NC 4. WORKMANSHIP: All workmanship will comply with the standard trade practices. The contractor will provide all qualified personnel, equipment, and services required to remove and install three sets of bleachers 5. CLEANUP: The contractor is responsible to return the work site to the condition which they found it. 6. WARRANTY: The contractor will guarantee all workmanship for a period from one year of completion of Work 7. WORK HOURS: Work hours and days must be coordinated by contacting Mr Edward Hood at 919 722-0422 8. 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 52.211-6 -- Brand Name or Equal, 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, 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (15)(16)(17)(18)(19)(20)(31), FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (Aug 2006) (DEVIATION), FAR 52.204-7 Central Contractor Registration, 52.219-6 -- Notice of Total 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 52.232-18 Availability of Funds, 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 2Lt. Bruce Hebert, (919) 722-5419 or bruce.hebert@seymourjohnson.af.mil and Alternate is TSgt. Brian Cooper, (919) 722-5410 or brian.cooper@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 22, 2006 at 2:00 P.M. EST. Facsimile and E-Mail quotes will also be accepted; fax quotes should be sent to (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.
 
Place of Performance
Address: 1500 Langley Ave, Seymour Johnson AFB, NC
Zip Code: 27531
Country: UNITED STATES
 
Record
SN01149350-W 20060922/060920220506 (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.