Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2007 FBO #2085
SOLICITATION NOTICE

81 -- Range targets, SeaLand containers

Notice Date
8/10/2007
 
Notice Type
Solicitation Notice
 
NAICS
336999 — All Other Transportation Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Luke AFB Contracting Squadron, 14100 W. Eagle Street, Luke AFB, AZ, 85309, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F2U0217212A001
 
Response Due
8/20/2007
 
Archive Date
9/30/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quotes (RFQ). Submit written offers (oral offers will not be accepted), on RFQ-F2U0217212A001. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12. This procurement is being issued as 100% small business set-aside. The North American Industry Classification System (NAICS) Code is 336212 and the size standard of 500 employees applies to this procurement. The requirement is for CLIN 0001: 24 each Sea Land Containers, size 8x8x40, located at the range 3 ETAC border; CLIN 0002: 18 each Sea Land Containers, size 8x8x20, located at the range 1 water well; CLIN 0003: 8 each Sea Land containers, size 8x8x20, located at the range 3 ETAC border; and CLIN 0004: 50 each Sea Land containers, size 8x8x40, located at the range 1 water well. Contractor to provide containers delivered to Gila Bend AFAF, Arizona. Total price shall include loading, shipping, and downloading at destination point. All containers must be lead free, asbestos free and be rated A or B not having hauled hazardous material, constructed of steel (no aluminum or plastics) and wood floors are acceptable. Containers must not be painted with lead-based paint or be lined with insulation or asbestos. Containers may have up to 4 inche diameter holes, no more than 3 per container. All containers will be shipped to locations up to 50 miles from Gila Bend AFAF, Arizona 85337. Containers will be used as munitions bomb targets on the Barry M. Goldwater Range. Delivery is to be made FOB destination during normal working hours are 6:30 AM -3:00 PM, Mon-Fri, however, contractor may work outside of these hours and days with proper coordination in advance with the Contracting Officer. Contractor shall have an individual on site to download and catalogue all containers and provide report to government listing container serial numbers and locations. Contractor shall provide a forklift or crane for downloading containers. The government will not provide any equipment for off loading of containers. Delivery break-out is a follows: 50 ea 40 ft. Large containers placed at the Range 1 Water Well 50 miles from GB AFAF, 24 ea 40 ft. Large containers placed at the Range 3/ETAC border- 15 miles from GB AFAF, 18 ea 20 ft. Small containers placed at the Range Water Well 50 miles from GB AFAF, 8 ea 20 ft. Small containers placed at the Range 3/ ETAC, 15 miles from GB AFAF, All personnel delivering containers to the BMGR will be required to view a range orientation video (appx 30 min.), receive strict orders and procedures on entering and exiting a live bombing range, and sign a hold harmless agreement (which is good for 1 year) prior to entering range. The authorized contractor individual (s) shall provide a valid drivers license, current vehicle registration, valid vehicle insurance certificate to obtain a vehicle pass. Contractor shall provide Entry authorization listing (EAL) indicating names of individuals delivering containers with the last 4 digits of their SSANs. The evaluation will be based on total cost-Firm Fixed Price. The following clauses cited are applicable to this solicitation: The provision at FAR clause 52.212-1, Instructions to Offerors--Commercial Items; FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items; FAR 52.212-4,Contract Terms and Conditions-Commercial Items; FAR 52.212-5 (Dev), Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items; FAR 52.228-5, Insurance-Work on a Government Installation; FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; DFARS 252.232-7003, Electronic Submission of Payment Request, and 52.252-2, Clauses Incorporated by Reference. 52.219-6, Notice of Small Business Set Aside is applicable, clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items (Dev), applies to this solicitation. DFARS 252.225- 7001, Buy American Act and Balance of Payment Program. 52.202-1, Definitions; 52.203-3, Gratuities; 52.203-11, Certification and Disclosure regarding Payments to Influence Certain Federal Transactions; 52.203-12, Limitation on Payments to Influence certain Federal Transactions; 52.219-6, Notice of Total Small Business Set-Aside, 52.219-14, Limitations on Subcontracting; 52.222-1 Notice to the Government of Labor Disputes; 52.222-3, Convict Labor; 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; 52.225-13, Restrictions of Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country End Products; 52.225-16, Sanctioned European Union Country Services; 52.233-3, Protest After Award; 52.242-15, Stop-Work-Order; 52.253-1, Computer Generated Forms; 52.247-34, FOB Destination are applicable, 52.247-35, FOB Destination, Within Consignees Premises, DFARS 204-7004, Required Central Contract Registration; 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; 252-209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country; 252.219-7011, Notification to Delay Performance; 252.243-7001 Pricing of Contract Modifications; 252.243-7002, Requests for Equitable Adjustment; 252.246-7000, Material Inspection and Receiving Report; 252.247-7023, Transportation of Supplies by Sea, 252.211-7003, Item Identification and Valuation. To be eligible to receive an award resulting from this solicitation, contractor must (No Exceptions) be registered in the DoD Central Contractor Registration (CCR) database. To register, you may apply through the Internet at http://www.ccr.gov. A firm-fixed price award will be made based on price and price related factors. All quotes must be valid for 30 days and emailed to steven.stockman@luke.af.mil or faxed to (623) 856-3447 ATTN: SSgt Steve Stockman. The contractor shall deliver all requested containers (total of 100) within 30 calendar days from the date of this contract to the Government to Attn: Timothy Sizemore, (928-683-5261) Gila Bend AFAF, AZ; To be eligible to receive an award resulting from this solicitation, contractor must be registered in the DoD Central Contractor Registration (CCR) database, NO EXCEPTIONS. To register, you may apply through the Internet at http://www.ccr.gov. All quotes must be emailed to steven.stockman@luke.af.mil or faxed to (623) 856-3447 ATTN: SSgt Steve Stockman. Quotes are required to be received no later than 4:00 PM, PST, 20 August, 2007.
 
Place of Performance
Address: Gila Bend AFAF, AZ
Zip Code: 85337
Country: UNITED STATES
 
Record
SN01368921-W 20070812/070810221227 (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.