Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2008 FBO #2266
SOLICITATION NOTICE

58 -- PROVIDE & INSTALL LMR RADIO TOWER

Notice Date
2/7/2008
 
Notice Type
Solicitation Notice
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
Department of the Air Force, Air Combat Command, 49 CONS, 1210 Forty Niner Road Bldg 811, Holloman AFB, NM, 88330-7908, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F2E3CS8028A001
 
Response Due
2/14/2008
 
Archive Date
2/29/2008
 
Point of Contact
Gloria Gonzales, Contract Specialist, Phone 505-572-3576, Fax 505-572-3869, - David Heichemer, Contract Specialist, Phone 505-572-5295, Fax 505-572-7333
 
E-Mail Address
gloria.gonzales@holloman.af.mil, david.heichemer@holloman.af.mil
 
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. The solicitation number for this procurement is F2E3CS7304A001 and this is a Request For Quotation (RFQ). This announcement will be issued as a combined synopsis/solicitation. The anticipated award will be a Firm Fixed Price award that is based on the Best Value to the Government. The solicitation shall incorporate provisions and clauses that are in effect through Federal Acquisition Circular FAC 2005-18. This acquisition is to be 100% set aside and awarded to Small Business. The North American Industry Classification System (NAICS) code is 237130. The SB size standard for this code is 500 employees. PROJECT DESCRIPTION: CLIN 0001? Provide and install one 150 foot Radio Tower designed for 100 mph basic wind speed and 0.5 inches of radial ice as per EIA-222-F. Antenna loading as follows: 3 LMR antennas at 130 foot on 3 foot side arms and one LMR Antenna at 150 foot. Material list: One (1) 150 foot SSV complete; Appropriate sections and hardware; Step bolts for climbing; three (3) 3 foot Side Arms; Base Grounding Kit; 10 foot Waiveguide Bridge; one (1) 5 foot Lightening Rod; FAA Obstruction Light; Freight to Site. CLIN 0002 ? Construction scope of work includes the installation of : Foundation ? Normal soils F7 / SM or ML (typical bearing capacity 1500 LB Per Sq Ft) ? All of the above material. Include the 5.8125% New Mexico Gross Receipts Tax for construction of concrete pad. Statement Of Work is attached at the bottom of this combined synopsis/solicitation. All items shall be delivered FOB Destination to Holloman AFB, NM 88330. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offerer; Terms of the expressed warranty; Price, Any discount terms and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. FAR 52.212-3 Offerors Representations and Certifications?Commercial Items (MAR 2005); FAR 52.212-4 Contract terms and conditions?Commercial Items (SEP 2005); FAR 525.212-4 Addendum; FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JUN 2007) (DEVIATION)(a) Comptroller General Examination of Record. The Contractor agrees to comply with the provisions of this paragraph (a) if the contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation.(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to the right to examine any of the Contractor's directly pertinent records involving transactions related to this contract.(2) The Contractor shall make available at its offices at all reasonable times, the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.(b) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause--(i) 52.219-8, Utilization of Small Business Concerns (MAY 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.(ii) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246).(iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212).(iv) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793).(v) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201)(vi) 52.222-41, Service Contract Act of 1965, as Amended (JUL 2005), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.).(vii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.(c) While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. FAR 52.252-1 Solicitation Provisions incorporated by reference (FEB 1998); FAR 252.204-7004 Central Contractor Registrations(52.204-7) Alternate A (NOV 2003); HAFB 006 ?NCIC Requirements (21 Aug 07)CONTRACTOR EMPLOYEES DELIVERING TO HOLLOMAN AIR FORCE BASE- Subject to military security requirements and regulations, the Contractor may be re-routed to differing entry points at Holloman AFB. During these periods where the Contractor may be re-routed to other entry points, the contractor will not hold the Government liable for any claims under the disputes clause of this contract/solicitation. AFBI 31-102, PHYSICAL SECURITY: July 07-All contractors will be required to screen and monitor each employee and potential employee to identify those who may pose a potential threat to the health, safety, security, general well-being, or operational mission of the installation and its population. Examples of conditions that may identify employees or potential employees as a threat to the installation include, but are not limited to, substantial misconduct, convictions or arrests for violent behavior, dishonesty or sexually aberrant behavior. Each contractor shall notify the contracting officer of any reason or condition that identifies an employee or potential employee as a potential threat to the health, safety, security, general well-being, or operational mission of the installation and its population. No contractor shall employ any employee or potential employee identified by the contractor or the contracting officer as a potential threat to the health, safety, security, general well-being, or operational mission of the installation and its population in the performance of any contract awarded by Holloman Air Force Base.
 
Place of Performance
Address: 49 CS/SCM, 165 ARKANSAS AVENUE, HOLLOMAN AFB NEW MEXICO
Zip Code: 88330
Country: UNITED STATES
 
Record
SN01503118-W 20080209/080207224243 (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.