Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2007 FBO #1901
SOLICITATION NOTICE

J -- Evaporative Cooler Seasonal Maintenance

Notice Date
2/7/2007
 
Notice Type
Solicitation Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Combat Command, 355 CONS, 3180 S Craycroft Rd, Davis Monthan AFB, AZ, 85707-3522, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA4877-07-Q0222
 
Response Due
2/21/2007
 
Archive Date
3/8/2007
 
Small Business Set-Aside
Total Small Business
 
Description
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) Solicitation FA4877-07-Q-0222 is issued as a request for quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-14 (iv) This procurement is being issued as a 100% SMALL BUSINESS set-aside under NAICS code 811310 and small business size standard $6.5 million. (v) CLIN 1: Provide seasonal preventive maintenance and start-up services on approximately 392 evaporative coolers at Davis-Monthan AFB, Tucson AZ. Pricing to be on a per-unit basis. All direct and overhead costs should be included in the unit price. CLIN 2: Replacement Parts and Materials (to include pads). The Government will reimburse the invoice price of these items. (vi) Services to include: Drain and flush sump pan, clean sump pan of any mud or sand; Inspect belts and replace as needed; Clean pad frames to be free of all buildup and calcium residue; Clean water distribution lines and spray nozzles; Inspect, lubricate and if necessary replace blower motors, bearings, and pumps; Install new pads; Prepare and test unit to ensure proper operation, and make adjustments as necessary. Period of Performance to be 5 Mar 07 through 15 Apr 07, with a 90-day warranty period to follow. Complete requirements are detailed in the Performance Work Statement (PWS). Contact Arthur Perry at (520) 228-2213, or David Harrison at (520) 228-5405, for a copy of the PWS. (viii) Provision 52.212.1, Instructions to Offerors-Commercial Items applies. The following are addenda to 52.212.1: Past Performance Information. Offerors shall submit the following information as part of their offer for both the offeror and proposed major subcontractors: A list of all relevant contracts and subcontracts performed within the past three years, including all contracts and subcontracts currently in progress. Contracts listed may include those with the Federal Government, agencies of state and local governments and commercial customers. Offerors that are newly formed entities without prior contracts should list contracts and subcontracts as required above for all key personnel. Include the following information for each contract and subcontract. 1. Name of contracting activity/company 2. Work performed and contract number, if applicable 3. Total contract value 4. Point of contact and telephone number. Performance information will be used for both responsibility determinations and as an evaluation factor. The Government will focus on information that demonstrates quality of performance and timeliness of service. References other than those identified by the offeror may be contacted by the Government, with the information received used in the evaluation of the offeror?s past performance. A site visit has been scheduled for February 16, 2007 at 10:00 AM MST, in the 355th Contracting Squadron conference room, Bldg 2525. All prospective offerors are invited to attend; however, attendance is not mandatory. If you plan to attend, please contact Arthur Perry at (520) 228-2218 to allow for transportation and base procedures to be accomplished. You can also fax to (520) 228-5462, or by e-mail arthur.perry@dm.af.mil. (ix) 52.212-2, Evaluation -- Commercial Items applies. Quotations will be evaluated on price and past performance, with past performance being significantly more important than price. (x) Offerors must include a completed copy of the provision at 52.204-8 Annual Representations and Certifications and submit with their offers. (xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders--Commercial Items to include clauses 52.209-5--Certification Regarding Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters, 52.209-6--Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.232-33-Payment by Electronic Funds Transfer--Central Contractor Registration, 52.247-34--F.O.B.? Destination, 52.222-19-Child Labor-Cooperation with Authorities and Remedies, 52.222-37-- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, 252.232-7003 ?Electronic Submission of Payment Requests? and 5352.201-9101-AF Ombudsman clause ? ACC Ombudsman follows: Colonel David Glowacki, 130 Douglas Street, Suite 210, Langley AFB VA 23665-2791, phone: (757) 764-5371 fax: (757) 764-4400, email: david.glowacki@langley.af.mil. ? (xvi) Offers are due no later than 21 Feb 07 at 3:00 pm MST at 355th Contracting Squadron, 3180 S Craycroft Rd, Davis-Monthan AFB AZ 85707-3522. Electronic quotations may be submitted to arthur.perry@dm.af.mil. Fax quotations will be accepted at (520) 228-5462. In quotations, please include discount terms and any other pertinent information. (xvii) For other information please contact: Arthur Perry at (520) 228-2213.
 
Place of Performance
Address: 355 CONS/MSCA, 3180 S Craycroft Rd, Davis-Monthan AFB AZ
Zip Code: 85707-3522
Country: UNITED STATES
 
Record
SN01227646-W 20070209/070207220814 (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.