Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2007 FBO #2081
MODIFICATION

N -- Install Government Furnished Knox Boxes

Notice Date
8/6/2007
 
Notice Type
Modification
 
NAICS
238210 — Electrical Contractors
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Altus AFB Contracting Squadron, 303 J Ave Bldg 302, Altus AFB, OK, 73523-5132, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F1B3F37124A100
 
Response Due
8/17/2007
 
Archive Date
9/1/2007
 
Point of Contact
Bradford Shagrin, Contract Administrator, Phone 580-481-7251, Fax 580-481-5138, - Charles Peterson, Chief, Civil Engineer Support Flight, Phone 580-481-5838, Fax 580-481-5138,
 
E-Mail Address
bradford.shagrin@altus.af.mil, charles.peterson@altus.af.mil
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
*** Please sign and return clause 52.219-28 (see below for full text) with your quote*** This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. Solicitation number F1B3F37124A100 is hereby issued as a Request for Quote. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-17 14 Jun 07. This acquisition is 100% set aside for small business concerns and is under North American Industry Classification Standards (NAICS) code 238210, with annual gross revenue not to exceed $6 million. Statement of Work: 1. SCOPE: The contractor shall provide all plant, labor, travel, material, supervision, and administration necessary to install government furnished ?Knox Boxes? on various facilities on Altus Air Force Base OK. 2. PRINCIPAL FEATURES: The work to be accomplished consists, in general, of the following principal items. This does not mean that the work consists only of these items, but that it consists of these principal items along with all incidental minor work which becomes necessary to complete in order to accomplish the overall project in a satisfactory and workmanlike manner meeting the approval of the Contracting Officer. 2.1. Install government furnished Surface Mounted ?Knox? boxes on a minimum of 128 and a maximum of 145 facilities. The attached facility list is for the first 128 boxes. The contractor shall provide all mounting hardware and accessories as required to provide a complete and functioning installation. Contractor shall comply with the attached manufacturers mounting instructions, except that the top of all boxes shall be mounted 4 feet above finished floor with a minimum distance of 6? and a maximum distance of 12? from door jamb. All boxes are to be located inside the facilities mechanical/equipment rooms. 2.2. Repair, in kind, all existing adjacent surfaces of the facilities. This work includes all brick, concrete, CMU, gypsum board, EFIS, painting, etc. 2.3. ?Knox? boxes shall be picked up from the 97 CES Fire Department Extinguisher Maintenance shop at facility 267. POC is Mr Grover Fuqua, (580) 481-5510. 3. GENERAL: All work on this delivery order shall be performed in accordance with the industry specifications for each type of work required. When work is not covered by industry specifications, said work shall be performed in accordance with the manufactures installation instructions or the most applicable industry standard for the type of work involved. 4. SUBMITTALS: NONE (End SOW) All work shall be performed IAW SOW. Award shall be made only to contractors who have registered with Central Contractor Registration and ORCA websites at: http://www.ccr.gov/ and https://orca.bpn.gov/ Please send any questions or requests to 97 CONS / LGCB, ATTN: Bradford Shagrin 303 J Ave, Bldg. 302 Altus AFB, OK 73523-5132. You may also call P.O.C. at (580) 481-7251, send a fax to (580) 481-5138, or e-mail to: bradford.shagrin@altus.af.mil or 97 CONS / LGCB, ATTN: Charles Peterson 303 J Ave, Bldg. 302 Altus AFB, OK 73523-5132. Send a fax to (580) 481-5138, or e-mail to: charles.peterson@altus.af.mil. Telephone bids, will not be processed. A site visit is scheduled for Tuesday, 7 Aug 2007 at 1:00 PM in the contracting building (302) on Altus AFB. RSVP to one of the POC listed above prior to the site visit. The following clauses and provisions are incorporated and are to remain in full force in any resultant order: FAR Clause 52.212-1, Instructions to Offerors -Commercial Items, (SEP 06) is incorporated by reference. It is amended to read: Submit signed and dated offer to 97 CONS/LGCB, 303 Ave J, Bldg. 302, Altus AFB OK 73523-5132 at or before 1:00 P.M. CST, 17 Aug 2007. Offeror will provide one (1) quote for the installation of the first 128 boxes and one (1) quote per installation of an additional box beyond the initial 128 boxes. Submit signed and dated quotations on company letterhead or quotation form. Quotations may be faxed to (580) 481-5138. The government reserves the right to make award on the initial quote without discussions. Each offeror shall include a completed copy of the provisions at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (NOV 2006) with the quotation. The word document is available for download with these representation and certifications (and also in entire from: http://farsite.hill.af.mil/). FAR clause 52.212-4 (FEB 2007), Contract Terms and Conditions-Commercial Items, is incorporated by reference and applies to this acquisition. FAR 52.212-4(c) is hereby tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes (such as changes in paying office, appropriation data, etc) which may be changed unilaterally by the Government. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2007) (Class Deviation- 2001-O0002, Commercial Item Omnibus Clauses for Acquisitions Using the Standard Procurement System.); Service Contract Act of 1965, As Amended (41 V.S.C.351, et seq.) (JUL 2005); FAR 52-219-27 Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004); FAR 52.222-42 Statement of Equivalent Rates for Federal Hires, (MAY 1989), (29 VSC and 41 VSC 351, et seq.), Carpenter WG-05 Step 4, WAGE: $15.69, FRINGE: 32.85% (Gov?t Est) ; FAR 52.225-13 Restriction on Certain Foreign Purchases (FEB 2006); FAR 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration (31 V.S.C. 3332) (OCT 2003); 52.233-3 Protest After Award (Aug 1996); 52.252-2 Clauses Incorporated by Reference (FEB 1998); 52.252-6 Authorized Deviations in Clauses (APR 1984); 52.253-1, Computer Generated Forms (JAN 1991); apply to this acquisition with the following addendum, DFARS clauses and provisions that apply to this solicitation are DFARS 252.212-7001 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007); DFARS 252.232-7003 (MAR 2007), Electronic Submission of Payment Request DFARS 252.204- 7004 Required Central Contractor Registration (NOV 2003); AFFARS 5352.242-9000 (JUN 2002), Contractor Access to Air Force Installation also applies to this Solicitation. A Requirements Contract will be issued in writing. No telephonic responses will be processed. Department of Labor Wage Determination 05-2525 Rev 4, Jackson County, Oklahoma is hereby incorporated into this Solicitation) and any resultant Order. ***52.219-28 ? Post-Award Small Business Program Rerepresentation. As prescribed in 19.308(d), insert the following clause: Post-Award Small Business Program Rerepresentation (June 2007) (a) Definitions. As used in this clause-- Long-term contract means a contract of more than five years in duration, including options. However, the term does not include contracts that exceed five years in duration because the period of performance has been extended for a cumulative period not to exceed six months under the clause at 52.217-8, Option to Extend Services, or other appropriate authority. Small business concern means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR part 121 and the size standard in paragraph (c) of this clause. (b) If the Contractor represented that it was a small business concern prior to award of this contract, the Contractor shall rerepresent its size status according to paragraph (e) of this clause or, if applicable, paragraph (g) of this clause, upon the occurrence of any of the following: (1) Within 30 days after execution of a novation agreement or within 30 days after modification of the contract to include this clause, if the novation agreement was executed prior to inclusion of this clause in the contract. (2) Within 30 days after a merger or acquisition that does not require a novation or within 30 days after modification of the contract to include this clause, if the merger or acquisition occurred prior to inclusion of this clause in the contract. (3) For long-term contracts? (i) Within 60 to 120 days prior to the end of the fifth year of the contract; and (ii) Within 60 to 120 days prior to the exercise date specified in the contract for any option thereafter. (c) The Contractor shall rerepresent its size status in accordance with the size standard in effect at the time of this rerepresentation that corresponds to the North American Industry Classification System (NAICS) code assigned to this contract. The small business size standard corresponding to this NAICS code can be found at http://www.sba.gov/services/contractingopportunities/sizestandardstopics/ . (d) The small business size standard for a Contractor providing a product which it does not manufacture itself, for a contract other than a construction or service contract, is 500 employees. (e) Except as provided in paragraph (g) of this clause, the Contractor shall make the rerepresentation required by paragraph (b) of this clause by validating or updating all its representations in the Online Representations and Certifications Application and its data in the Central Contractor Registration, as necessary, to ensure they reflect current status. The Contractor shall notify the contracting office by e-mail, or otherwise in writing, that the data have been validated or updated, and provide the date of the validation or update. (f) If the Contractor represented that it was other than a small business concern prior to award of this contract, the Contractor may, but is not required to, take the actions required by paragraphs (e) or (g) of this clause. (g) If the Contractor does not have representations and certifications in ORCA, or does not have a representation in ORCA for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed: The Contractor represents that it [ ] is, [ ] is not a small business concern under NAICS Code 238210 assigned to solicitation number F1B3F37124A100.[Contractor to sign and date and insert authorized signer's name and title]. (End of clause)
 
Place of Performance
Address: Altus AFB OK
Zip Code: 73523
Country: UNITED STATES
 
Record
SN01363209-W 20070808/070806220755 (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.