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
MODIFICATION

J -- Vehicle Barrier Maintenance

Notice Date
8/27/2007
 
Notice Type
Modification
 
NAICS
333120 — Construction Machinery 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-RFQF2Q3657213AQ03
 
Response Due
9/4/2007
 
Archive Date
9/19/2007
 
Point of Contact
Michael Lovano, Contract Administrator, Phone 757-764-2939, Fax 757-764-7447, - Sheila ReshardBryant, Contracting Officer, Phone 757-764-5520, Fax 757-225-7443,
 
E-Mail Address
michael.lovano@langley.af.mil, sheila.reshardbryant@langley.af.mil
 
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 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. NOTE: This requirement has not yet been funded, and any award is contingent upon availability of funds.Request for Quotation (RFQ) F2Q3657213AQ03 is a combined synopsis/solicitation for commercial items. Langley AFB, VA, has a requirement for Vehicle Barrier Maintenance for its King Street and Armistead Street gates. The Associated North American Industrial Classification System (NAICS) code for this procurement is 333120 with a small business size standard of 750 employees. This requirement is a Service Disabled Veteran Owned Small Business 100% Set-Aside. The contract will include a base year and four (4) option years, beginning 1 Oct 2007 through 30 Sep 2012. Work shall include: Monthly Preventive Maintenance/Inspections (Quantity 12 Each); Reimbursement for repair parts NOT TO EXCEED $10,000; Man hour service call repairs 40-80 hours and Reimbursement for all labor and material to perform initial survey barrier systems NOT TO EXCEED $5,00000.ALL INTERESTED OFFERORS SHOULD REQUEST A COPY OF THE STATEMENT OF WORK (SOW), BID SCHEDULE, AND TECHNICAL EXHIBITS. King Street Gate estimated to be 5 per year. Armistead Gate estimated to be 5 per year. Skill requirement*Upon availability of funds, award shall be made to the offeror whose quote offers the best value, price, past performance and technical capability combined. * * The full text of a FAR provision or clause may be accessed electronically at http://farsite.hill.af.mil/.* * The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. * * 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 must complete annual representations and certifications in accordance with 52.204-8 ? Annual Representations and CertificationsOfferors 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 following clauses apply to this acquisition: 52.204-7 Central Contractor Registration; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: 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; 52.222-41 Service Contract Act; 52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-18, Availability of Funds; 52.232-19 Availability of Funds for the Next Fiscal Year; 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration; 52.233-3, Protest After Award; 52.225-4 ? Buy American Act -- Free Trade Agreements ? Israeli Trade Act Certificate; 52.219-28, Post-Award Small Business Program Rerepresentation; 52.252-2, Clauses Incorporated by Reference http://arnet.gov/far; 252.243-7001, Pricing Modifications; 252.232-7003 Electronic Submission of Payment Requests; 252.246-7000, Material Inspection and Receiving Report, 5352.242-9000 Contractor Access to Base, 5352.201-9101 Ombudsman clause. The Air Force utilizes Wide Area Work Flow for all invoicing activities. The appropriate, DoDAAC, Pay DoDAAC, and extension will be provided in any contract or purchase order resulting from this solicitation. *All quoters shall submit the following: 1) One (1) copy of a quotation which addresses all line items; 2) Documentation of capabilities to provide the services required. *Any quoters requesting a site visit must contact SSgt Michael A. Lovano by telephone or email address listed below, NLT August 23, 2007.* *All quotes shall be sent to the 1st Contracting Squadron, Attn: SSgt Michael A. Lovano, 74 Nealy Ave, Langley AFB, VA 23665, 757-764-2922,FAX: 757-225-7443, or e-mailed to michael.lovano@langley.af.mil * *Submission shall be received by 4:00 PM, EST time on September 4, 2007. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to SSgt Michael A. Lovano, michael.lovano@langley.af.mil.
 
Place of Performance
Address: 74 Nealy Ave, Langley AFB, VA
Zip Code: 23665-2088
Country: UNITED STATES
 
Record
SN01386188-W 20070829/070827220826 (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.