Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2007 FBO #2102
SOLICITATION NOTICE

H -- Inspection/Certification and Weight Check of Lifts and Hoists

Notice Date
8/27/2007
 
Notice Type
Solicitation Notice
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 1st CONS, 74 Nealy Avenue, Suite 100, Langley AFB, VA, 23665, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-RFQF2Q3657226AQ01
 
Response Due
9/6/2007
 
Archive Date
9/21/2007
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
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. Request for quote (RFQ) F2Q3657226AQ01 is a combined synopsis/solicitation for commercial services. This combined synopsis/solicitation is issued as an RFQ. Submit written offers only, oral offers will not be accepted. This RFQ is issued in accordance with FAR PART 13. Langley AFB, VA has a requirement to: Provide INSPECTION/CERTIFICATION and WEIGHT CHECK of HOISTS at Langley AFB, VA. The applicable NAICS Code is 333923 with a size standard of 500 Employees and Estimated Price Range is between $25,000 and $50,000. PERFORMANCE: The contract will include a base year and four (4) option years, beginning 1 Oct 2007 through 30 Sep 2012. This acquisition is a Competitive, Service-Disabled Veteran-Owned Small Business 100% Set-Aside. Upon availability of funds, award shall be made to the offeror whose quote offers the best value: price, past performance and technical capability combined. WORKMANSHIP: The contractor shall provide all necessary tools, equipment, labor, services and transportation to inspect, weight check and certify lifts and hoists located on Langley AFB, VA. All inspections will be in accordance with pertinent national codes. The contractor will identify current and impending safety hazards, list actions required to protect the equipment from premature failure and provide a cost estimate to bring the lift or hoist up to national standards. Contractor shall be in compliance with the latest edition of Overhead and Gantry Cranes ANSI B30.2 and OSHA Regulation 1910.179 and any other applicable state or local codes. All contractor personnel performing work under this requirement shall hold a current and applicable license or recognized certificate of qualification on lifts and hoists which MUST BE SUBMITTED AT TIME SPECIFIED FOR RECEIPT OF PROPOSAL. ALL INTERESTED OFFERORS SHOULD REQUEST A COPY OF THE STATEMENT OF WORK (SOW), AND BID SCHEDULE. The following provisions and clauses can be viewed on the Air Force FAR Site, http://farsite.hill.af.mil. The following clauses and/or provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors Commercial Items, FAR 52.212-2 Evaluation Commercial Items, Award will be made to the responsible, responsive offeror whose offer will result in the best value to the government: price, past performance and technical capability combined. The evaluation and award procedures in FAR Part 13 will be utilized. The provisions from 52.212-3, Offeror Representation and Certifications Commercial Items and 52.212-4, Contract Terms and Conditions-Commercial Items apply to this solicitation. The clauses from 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items is hereby incorporated with an X placed in front of the following clauses: 52.222-19, Child Labor Cooperation with Authorities and Remedies, 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; 52.252-2, Clauses Incorporated by Reference http://arnet.gov/far ; 52.225-1, Buy American Act; 52.233-3, Protest after Award; 52.222-41 Service Contract Act; and 52.222-44, Fair Labor Standards; 52.219-28, Post-Award Small Business Program Rerepresentation; 252.204-7004, Required Central Contractor Registration; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.232-7003, Electric submission of Payment Requests; 2525.243-7001, Pricing Modifications; 252.246-7000, Material Inspection and Receiving Report; 5352.242-9000, Contractor Access to Base; and 5352.201-9101, Ombudsman. Prospective contractors must be registered in the DoD Central Contractors Registration (CCR) (http://www.ccr.gov/) and Online Representations and Certifications (ORCA) (https://orca.bpn.gov/login.aspx) databases prior to award of a Government contract. Offerors are further advised that failure to register in the CCR and ORCA databases will render your firm ineligible for award. Registration requires applicants to have a DUNS Number. Recommend registering immediately in order to be eligible for timely award. The Government reserves the right to cancel this solicitation, either before or after closing date, with no obligation to the offeror by the Government. This is a paperless acquisition. Paper copies of the solicitation will not be issued. The ESTIMATED PROPOSAL DUE DATE is 6 September 2007. Point of Contact, Lt Collin Christopherson, Contract Specialist, Phone 757-764-2241, Fax 757-225-7443, E-mail: collin.christopherson@langley.af.mil or Sheila Reshard-Bryant, Contracting Officer, Phone 757-764-5520, E-mail: sheila.reshardbryant@langley.af.mil.
 
Place of Performance
Address: Langley AFB, Virginia
Zip Code: 23665-2088
Country: UNITED STATES
 
Record
SN01386186-W 20070829/070827220824 (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.