Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 02, 2007 FBO #2014
MODIFICATION

J -- Cranes and Hoists: Maintenance, Inspection and Repair

Notice Date
5/31/2007
 
Notice Type
Modification
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, OH, 45433-7218, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F4F2AA7121A001
 
Response Due
6/22/2007
 
Archive Date
7/7/2007
 
Point of Contact
Andrea Williams, Contract Specialist, Phone 937-522-4617 , Fax 937-656-1412, - Andrea Williams, Contract Specialist, Phone 937-522-4617 , Fax 937-656-1412,
 
E-Mail Address
Andrea.Williams3@wpafb.af.mil, Andrea.Williams3@wpafb.af.mil
 
Description
******AS POSTED ON 30 MAY 2007-SITE VISIT IS SCHEDULED FOR 31 MAY 2007 HAS BEEN CANCELLED DUE TO LACK OF RESPONSE BY 29 MAY 2007.******* * * This is a combined synopsis/solicitation for Commercial Items to be procured for Wright-Patterson Air Force Base 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. Period of Performance is 15 Aug 2007-14 May 2008, for the base year. Four one-year options may be awarded. Naics Code is 811310, and the size standard is $6,500,000.00. Solicitation PR# F4F2AA7121A001 is the Request for Quotation (RFQ). Proposed acquisition is full and open competition. A Firm Fixed Price contract is anticipated for inspections, maintenance and repair of Cranes and Hoists. This requirement includes and covers provisions for all management, labor, equipment, tools, and supplies necessary to inspect, maintain and repair the cranes and hoists at Wright-Patterson Air Force Base in a manner that will ensure continuous and safe operation in accordance with the Statement of work. The Performance Work Statement (PWS), Past Performance Questionnaire, Bid Schedule and Wage Determination are posted on the Federal Business Opportunity website. (www.fbo.gov) and are part of this synopsis/solicitation. NO HARD COPIES WILL BE SENT. The Government will use information submitted by the offeror as well as other sources to conduct its Past Performance Survey. Offerors are cautioned to follow the detailed instructions fully and carefully, as the government intends to make an award based on initial offers received, without discussions of such offers. Contract Line Items for Parts and Materials is an estimated dollar amount and will not be considered in the total proposal amount for reasons of determining the total cost for price competition. Parts and Materials total dollars will depend on repairs needed thus this is not a factor in price competition. The Past Performance Questionnaire is to be sent to 3 references with instructions to send completed questionnaire to the Contracting Specialist, Andrea (Joy) Williams, NOT LATER THAN 21 Jun 2007. . INVOICING AND PAYMENT: In accordance with DFARS 252.232-7003, Use of electronic payment requests is mandatory. Wide Area Work Flow is the required electronic payment submission method for submission of electronic payment requests and receipt and acceptance documents. A Performance Work Statement (PWS) is attached. . Contract financing will NOT be provided for this acquisition. The Government will make an award from this request for proposal to the responsible offeror whose quote will be most advantageous to the Government. The Government reserves the right to not make an award at all. By submission of a quote, the offeror acknowledges the requirement that a prospective awardee must be registered in the Central Contractor Registration (CCR) database prior to award for solicitations issued after 31 May 1998, during performance, and through final payment of any contract resulting from this solicitation. CCR's telephone number 1-888-227-2423, website http://www.ccr.gov. A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, must be submitted with the offer unless, the on line Representations and Certifications have been completed. (https://orca.bpn.gov). The clause at FAR 52.212-3 (attach 3), DFARS 252.212-7000 (attach 4), and FAR 52.222-22 & 52.222-25 (attach 9) must be submitted with offer. The clause at FAR 52.237-1, Site Visit, applies to this acquisition. A site visit is planned for 31 May 2007, at 9:00 am. All interested parties shall meet at Hope Hotel, Wright-Patterson AFB, OH in front of Packy's which is a restaurant in the Hope Hotel. You must submit the names of all attendees (not to exceed two per company) to Andrea (Joy) Williams, Contract Specialist, e-mail: andrea.williams3@wpafb.af.mil by 29 May 2007 at 2:00 p.m. Moreover, the following information is required for each attendee: full name and Social Security Number, as well as the name and address of the company being represented. This information must be provided in order to ensure access to the Base for the site visit. The complete proposal package including, Past Performance References and all completed documents listed in Addendum to 52.212-1, Instructions to Offeror?s are due: 21 June 2007 at 2:00 pm. Clause?s Incorporated by Reference: 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2006) 52.212-4 Contact Terms and Conditions--Commercial Items (See Attached Addendum) 52.222-18 Certification Regarding Knowledge of Child Labor for Listed End Products 52.228-5 Insurance, Work on a Government Installation 52.232-18 Availability of Funds 52.232-33 Payment by Electronic Funds Transfer -CCR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 252.204-7003 Control of Government Personnel Work Product 252.209-7001 Disclosure of Ownership or Control of a Terrorist Country 252.209-7004 Subcontracting w/firms Owned or Controlled by Terrorist Countries 5352.223-9001 Health and Safety on Government Installations Clauses Incorporated in Full Text--See Attachments: 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.217-8 Option to Extend Services 52.217-9 Option to Extend the Term of the Contract 52.233-3 Protest after Award 52.252-2 Clauses Incorporated by Reference 252.212-7000 Offeror Representations and Certifications--Commercial Items 252.212-7001 Contract Terms and Conditions Required to Implement Status or Excecutive Orders Applicable to Defense Acquisitions of Commercial Items 5352.201-9101 Ombudsman 5352.215-9001 Notice of pre-bid/pre-proposal conference 5352.242-9000 Contractor Access to AF Installations 5352.245-9004 Base Support H-002 CONTRACTOR NOTICE REGARDING BASE ACCESS STMNT NBR 12 ANTITERRORISM (AT) AWARENESS TRAINING G-001 Wide Area Workflow Attachment 1 Performance Work Statement (PWS) Attachment 2 Past Performance Questionaire Attachment 3 FAR 52.212-3 Offerors Certs & Reps Attachment 4 DFARS 252.212-7000 Offerors Certs & Reps Attachment 5 Instructions to Offerors - Addendum to 52.212-1 Attachment 6 Evaluation of Commercial Items (Addendum to FAR 52.212-2) Attachment 7 Wage Determination # 2005-2419 REV (2), dtd 12/1/06 Dayton, OH Attachment 8 Full Text Clauses Attachment 9 FAR 52.222.22 & 25 Attachment 10 Contract Terms & Conditions--Commercial Items (Addendum to 52.212-4) Attachment 11 Bid Schedule
 
Place of Performance
Address: Wright Patterson AFB, OH
Zip Code: 45433
Country: UNITED STATES
 
Record
SN01306407-W 20070602/070531220823 (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.