Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2007 FBO #2120
SOLICITATION NOTICE

Z -- Repaint B-52 Static Display

Notice Date
9/14/2007
 
Notice Type
Solicitation Notice
 
NAICS
332812 — Metal Coating, Engraving (except Jewelry and Silverware), and Allied Services to Manufacturers
 
Contracting Office
Department of the Air Force, Air Mobility Command, 319 CONS, 575 Tuskegee Airmen Blvd, Building 418, Grand Forks AFB, ND, 58205, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F2A3E27254AQ01
 
Response Due
9/24/2007
 
Archive Date
10/9/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSITIUTES THE ONLY SOLICITATION; proposals are being requested and a written solicitation will not be issued. i. This synopsis/solicitation reference number is F2A3E27254AQ01 and is being used as a Request for Quote. ii. This solicitation document and incorporated provisions and clauses are whose in effect through Federal Acquisition Circular 2005-19. iii. This acquisition is 100% set-aside for small business. The associated NAICS code is 332812 with a 500 employee size standard. Line Item 0001 Repaint B-52 Static Display at Grand Forks AFB, ND IAW the approved Statement of Work. QTY: 1 Lump Sum iv. The place of performance will be Grand Forks AFB, ND. v. The following clauses and provisions are incorporated and will remain in full force in any resultant award. (Full text of clauses and provisions may be accessed electronically at http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerers -Commercial. FAR 52.212-2, Evaluation-Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. Contractors shall include a completed copy of FAR 52.212-3, Offerors Representations and Certifications-Commercial Item, or complete electronic annual representations and certifications at http://orca.bpn.gov. FAR 52.212-4, Contract Terms and Conditions-Commercial Item. FAR 52.212-5 Deviation, Contract Terms and Conditions Required to Implement Statutes or Executive Orders to include: FAR 52.219-6, Notice of Small Business Set-Aside; FAR 22-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers With Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.225-13, Restriction on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. FAR 52.222-6, Davis-Bacon Act FAR 52.222-41, Service Contract Act FAR 52.222.42, Statement of Equivalent Rates for Federal Hires FAR 52.223-5, Pollution Prevention and Right-to-Know Information FAR 52.223-13, Certification of Toxic Chemical Release Reporting FAR 52.223-14, Toxic Chemical Release Reporting FAR 52.223-3, Hazardous Material Identification and Material Safety Data FAR 52.223-4, Recovered Material Certification FAR 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products FAR.52.223-10, Waste Reduction Program FAR 52.223-11, Ozone-Depleting Substances FAR 52.252-1, Solicitation Provisions Included by Reference, http://farsite.hill.af.mil. FAR 52.252-2, Clauses Included by Reference, http://farsite.hill.af.mil. DFARS 252.204-7004, Required Central Contractor Registration. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items to include: DFARS 252.22-7001, Buy American Act and Balance of Payments Program. AFFARS 5352.201-9101 Ombudsman, Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 62225-5022, (618) 229-0267, fax (618) 256-6668, e-mail: michael.jackson@scott.af.mil vi. The Statement of Work and other pertainent documentation relating to this project will be available upon request. A site visit for this requirement will be held at Grand Forks AFB on Wednesday, 19 September 2007 at 1:00 PM Central Standard Time. To request the Statement of Work or related documentation contact Heather Krah at (701) 747-5347 or heather.krah@grandforks.af.mil. If you are intrested in attending the site visit contact Heather Krah as previously stated to coordinate. **Please inform the contracting office that you will be attending the site visit a minimum of one business days prior to ensure base access requirements can be met.** vii. Response to this combined synopsis/solicitation must be received via e-mail, fax or mail no later than 2:00 PM Central Standard Time on 24 September 07. Responses should be marked with the reference number F2A3E27254AQ01. viii. Address questions to Heather Krah, Contract Specialist, at (701)747-5347, fax (701)747-4215 or e-mail heather.krah@grandforks.af.mil or Jeremiah Snedker, Contracting Officer, at (701) 747-5299 or e-mail jeremiah.snedker@grandforks.af.mil.
 
Place of Performance
Address: 575 Tuskegee Airmen Blvd., Grand Forks AFB, ND
Zip Code: 58205
Country: UNITED STATES
 
Record
SN01407357-W 20070916/070915194902 (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.