Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 18, 2007 FBO #2183
MODIFICATION

N -- Hush House Holdback

Notice Date
11/16/2007
 
Notice Type
Modification
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 23 CONS, 4380B Alabama Rd, Moody AFB, GA, 31699-1794, UNITED STATES
 
ZIP Code
31699-1794
 
Solicitation Number
FA4830-08-Q-HUSHHOUSE
 
Response Due
11/26/2007
 
Archive Date
12/11/2007
 
Point of Contact
Geoffrey Sanders, Contract Specialist, Phone 229-257-4704, Fax 229-257-4032, - William Davis, Contracting Officer, Phone 229-257-4917, Fax 229-257-4032
 
E-Mail Address
geoffrey.sanders@moody.af.mil, william.davis@moody.af.mil
 
Description
This is a combined synopsis/solicitation for the acquisition to build and install A-10 Aircraft Collection Deflector and Associated Equipment, i.e. hydraulic system, aircraft hold back or restraints in accordance with performance-based work statement prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. A performance-based work statement shall be requested from the points of contact listed below to supply additional information regarding this requirement. This announcement constitutes the only solicitation; proposals are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number for this procurement is FA4830-08-Q-HUSHHOUSE and is issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-20, Defense Acquisition Circular (DAC) 91-13 Correction and Air Force Acquisition Circular (AFAC) 2007-0823. The North American Industry Classification System is 332312. Wage Determination 2005-2131 Revision 4 dated 05/29/2007 is applicable to this requirement. List of Contract Line Item Numbers (CLINS): The BID SCHEDULE shall be for the following CLINS: CLIN 0001-AA ? Build and Install A-10 Aircraft Exhaust Collection Deflector and Associated Equipment; I.E., Hydraulic System, Aircraft Hold Back or Restraints ? Qty of 1 CLIN 0002-AA ? Deflector Stop ? Qty of 1 CLIN 0003-AA ? Hydraulics ? Qty of 1 CLIN 0004-AA ? Deflector Tie Down - Qty of 1 CLIN 0005-AA ? Wheel Chock / Tie Down ? Qty of 2 CLIN 0006-AA ? Freight to Customer ? Qty of 1 CLIN 0007-AA ? Installation ? Qty of 1 TOTAL FIRM FIXED PRICE Submit quotation with price association for each CLIN listed above. DELIVERY: Moody Air Force Base, Valdosta, GA 31699-1794. FOB POINT: Destination Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. The following addenda is provided to this provision: Quotes should be submitted including the following information: SOLICITATION NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFERS; NAME; ADDRESS; TELEPHONE NUMBER OF OFFEROR; TERMS OF THE EXPRESSED WARRANTY; PRICE, ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS. Quote shall also contain all other documentation specified herein. Signed quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. EVALUATION/AWARD: IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a purchase order resulting from this solicitation to the responsive best value to the government. Or equal products will be accepted. Contracting Officer will determine if or equal products are acceptable in accordance with the best value to the government. All offerors MUST BE CENTRAL CONTRACTOR REGISTERED (CCR). Information concerning CCR registration requirements may be viewed via the Internet at http://www.ccr.gov/ or by calling the CCR Registration Centers at 1-888-227-2423. OFFEROR?S SHALL INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS and DFAR 252.212-7000, OFFEROR REPRESENTATIONS AND CERTIFICATIONS- COMMERCIAL ITEMS, and DFAR 252.209-7001, and DISCLOSURE OF OWNERSHIP OR CONTROL BY THE GOVERNMENT OF A TERRORIST COUNTRY with their offer. All FAR Clauses may be viewed in full text by viewing the Federal Acquisition Regulation Table of Contents via the Internet at http://farsite.hill.af.mil/. The following listed FAR clauses apply to this solicitation and are incorporated by reference. FAR 52.212-4, Contract Terms and Conditions-Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Pursuant to FAR Clause 52.212-5 the following clauses are hereby incorporated by reference: /X/ FAR 52.233-3, Protests after award /X/ FAR 52.203-6, Restrictions on Subcontractor Sales to the Government / / FAR 52.219-6, Notice of Total Small Business Set-Aside / / FAR 52.219-8, Utilization of Small Business Concerns / / FAR 52.219-14, Limitations on Subcontracting, /X/ FAR 52.222-3 Convict Labor (E.O. 11755), /X/ FAR 52.222-19, Child Labor?Cooperation with Authorities and Remedies /X/ FAR 52.22-21, Prohibition of Segregated Facilities, /X/ FAR 52.222-26 Equal Opportunity (E.O. 11246), /X/ FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), /X/ FAR 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C. 793), /X/ FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), /X/ FAR 52.225-13, Restrictions on Certain Foreign Purchases, /X/ FAR 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration, /X/ FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241). The following DFAR clauses apply to this solicitation and are incorporated by reference DFAR 252.204-7004, Required CCR registration, DFAR 252.212-7001 Contract Terms and Conditions, FAR 52.203-3 Gratuities, DFAR 252.205-7000 Provision of Information to Cooperative Agreement Holders, DFAR 252.225-7012 Preference for Certain Domestic Commodities, DFAR 252.232-7003 Electronic Submission of Payment Requests, DFAR 252.243-7002 Equitable Adjustments, DFAR 252.247-7023 Transportation of Supplies by Sea, DFAR 252.247-7024 Notification of Transportation of Supplies by Sea. RESPONSE TIME: QUOTATIONS FOR RFQ FA4830-08-Q-HUSHHOUSE WILL BE ACCEPTED AT THE 23rd CONTRACTING SQUADRON LOCATED AT 4380B ALABAMA ROAD, MOODY AFB GA 31699 NO LATER THAN 2:00 P.M. EST ON 26 NOV 07. ALL PROPOSALS SHALL BE MARKED WITH REQUEST FOR QUOTATION, SOLICITATION NUMBER, RECEIPT OF QUOTATION DATE & TIME, AND PROJECT TITLE ON THE OUTSIDE OF THE PROPOSAL ENVELOPE. Facsimile and Email (preferred method) offers will be accepted. Contracting Officer: Mr. James Kessel. The points of contact for this solicitation are: James Kessel at 229-257-4715 or james.kessel@moody.af.mil; or SrA Geoff Sanders at 229-257-4704, 229-257-4032 (fax), geoffrey.sanders@moody.af.mil; or SSgt Kelli Gibbs at 229-257-4716 or kelli.gibbs@moody.af.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (16-NOV-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/ACC/347CONS/FA4830-08-Q-HUSHHOUSE/listing.html)
 
Place of Performance
Address: 4380B Alabama Rd. Moody AFB, GA
Zip Code: 31699-1794
Country: UNITED STATES
 
Record
SN01454337-F 20071118/071116233351 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.