Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2008 FBO #2463
DOCUMENT

95 -- Antenna Riser - Responses to riser questions

Notice Date
8/22/2008
 
Notice Type
Responses to riser questions
 
NAICS
332313 — Plate Work Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC - Air Armament Center, AAC/PK, 205 West D Avenue, Suite 433, Eglin AFB, Florida, 32542-6864
 
ZIP Code
32542-6864
 
Solicitation Number
F1T0DE8100A998
 
Response Due
8/25/2008 2:00:00 PM
 
Point of Contact
Kenneth R Whelchel,, Phone: 850-882-0326
 
E-Mail Address
ken.whelchel@eglin.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The 96th Contracting Squadron, Eglin AFB Florida, intends to solicit, negotiate, and award a Firm-Fixed Price contract for a new telemetry (TM) antenna riser at site B-4A. This is a contemplated action, and is subject to the availability of funds. This effort plans to use a 37 foot concrete tower that currently supports a 16-foot telemetry antenna and pedestal at site B-4A. An free-standing riser is to be constructed and mounted on top of the concrete tower that allows mounting of a new telemetry antenna. This announcement constitutes the only solicitation; a quotation is being requested, and a written request for quotation will not be issued. This solicitation announcement number is F1T0DE8100A998. This requirement has been set aside 100% for small businesses. The North American Industry Classification System (NAICS) code for this acquisition is 332313, with a small business size standard of 500 employees. Please identify your business size in your response based upon this standard. For a description of this requirement, please find attached drawing number B4A TM Antenna Riser Rev 1, and attached Statement of Work entitled B-4A Riser SOW R1. • The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-25. The following clauses are incorporated by reference: • FAR 52.204-4, Printed or Copied Double-Sided on Recycled Paper; • 52.204-7, Central Contractor Registration; • 52.212-1, Instructions to Offerors - Commercial Items; • 52.212-2, Evaluation - Commercial Items. The following factors shall be used to evaluate offers: Technical Merit, Vendor's Past Performance, and Cost. Vendor shall provide with the proposal at least three (3) letters of reference from previous federal contracts for custom vacuum systems. Technical, past performance, and price are of equal importance. • 52.212-3, Offerors Representations and Certifications - Commercial Items (In accordance with FAC 2001-26, offerors are required to provide representations and certifications electronically via the BPN website http://www.bpn.gov); • 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, incorporating the following: o 52.233-3, Protest After Award; o 52.233-4, Applicable Law for Breach of Contract Claim; o 52.203-6 with Alternate I, Restrictions on Subcontractor Sales to the Government; o 52.219-6, Notice of Total Small Business Set-Aside; o 52.219-8, Utilization of Small Business Concerns; o 52.219-14, Limitations on Subcontracting; o 52.222-3, Convict Labor; o 52.222-19 Child Labor - Cooperation With Authorities and Remedies; o 52.222-21, Prohibition of Segregated Facilities; o 52.222-26, Equal Opportunity; o 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; o 52.222-36, Affirmative Action for Workers With Disabilities; o 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; o 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; o 52.225-13, Restrictions on Certain Foreign Purchases; o 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; • 52.219-28, Post-Award Small Business Program Rerepresentation • 52.232-32, Performance-Based Payments; • 52.233-2, Service of Protest, which reads as follows: (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from 96 CONS/MSCB, 205 West D Avenue, Suite 541, Eglin AFB FL 32542. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision); • 52.245-1, Government Property • 52.245-1, Alternate I, Government Property • 52.247-34, F.O.B Destination; • 52.252-2, Clauses Incorporated By Reference, which reads as follows: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of Clause); • DFARS 252.204-7004, Alternate A; • DFARS 252.212-7001, Contract terms and conditions required to Implement Statutes or Executive Orders applicable to Defense acquisitions of Commercial Items, incorporating the following: • DFARS 252.225-7001- Buy American Act and Balance of Payments Program; • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; • DFARS 252.232-7003, Electronic submission of payment requests; • DFARS 252.247-7023, Transportation of Supplies by Sea, with Alternate III; • 252.225-7002, Qualifying Country Sources as Subcontractors; • 252.246-7000, Material Inspection and Receiving Report; AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substance Vendors must be registered in Central Contractor Registration (www.ccr.gov) before award can be made. All final responses must be received no later than 2:00 P.M., Central Standard Time on 25 Aug 2008. The quotation format is at the discretion of the offeror. Send all packages to 96 CONS/MSCB, Attn: Ken Whelchel, 205 West D Ave. Suite 541 (Bldg 350), Eglin AFB, Florida 32542-6862, by facsimile to (850) 882-1680, or the preffered method of delivery via email to ken.whelchel@eglin.af.mil. Lt Rodney Lewis will be the alternate POC for this contract; email at rodney.lewis@eglin.af.mil or (850) 882-0322.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ecac4e46cdbadc2aa7fa527257595834&tab=core&_cview=1)
 
Document(s)
Responses to riser questions
 
File Name: Responses to riser questions. (Riser Questions.doc)
Link: https://www.fbo.gov//utils/view?id=2ef0b24b9d0dfa5198158889234a819f
Bytes: 26.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: SITE B-4A, EGLIN AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN01648576-W 20080824/080822222257-ecac4e46cdbadc2aa7fa527257595834 (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.