Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2008 FBO #2484
SOLICITATION NOTICE

54 -- Disassemble, Transport, & Install Sunshade Shelters for Seymour Johnson AFB, NC

Notice Date
9/12/2008
 
Notice Type
Modification/Amendment
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 4 CONS, 1695 Wright Brothers Ave, Seymour Johnson AFB, North Carolina, 27531
 
ZIP Code
27531
 
Solicitation Number
FA4809-08-Q-0278
 
Response Due
9/16/2008 4:00:00 PM
 
Point of Contact
Michael Quinn,, Phone: 919-722-5445, Grant Thomas,, Phone: 919-722-5405
 
E-Mail Address
michael.quinn@seymourjohnson.af.mil, grant.thomas@seymourjohnson.af.mil
 
Small Business Set-Aside
Total Small Business
 
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, and FAR FAC 2005-26. This announcement constitutes the only solicitation, and is issued as a Request for Quotation. A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. This is a 100% Small Business Set Aside. Solicitation Number is FA4809-08-Q-0278. The NAICS code 332311 applies to this solicitation. The size standard is 500 employees. The evaluation of offerors will be based on price and price alone IAW FAR 52.212-2 Evaluation – Commercial Items. The services requested are as follows: CLIN 0001: Require disassembly of 70’ wide by 70’ long by 30’6” center height (19’ high exterior side wall) with attached accessories “Big Top Shelters” Brand Class C Shelters located at Cannon AFB, NM. Contractor shall provide all necessary tools, equipment, labor and management necessary to disassemble the shelters in accordance with the manufacturer’s specifications so as no damage shall be done to the shelters and the manufacturer’s warranty remain valid: Quantity 5 Each. CLIN 0002: Require the shipment 6 each “Big Top Shelters” Brand Class C Shelters with accessories from Cannon AFB, NM to Seymour Johnson AFB, NC. The units to be shipped are the five disassembled shelters on CLIN 0001 and one additional shelter that is already disassembled and in storage at Cannon AFB, NM (stored shelter is the same type and size as the shelters which are disassembled). Contractor will provide all required personnel, equipment and tools to properly transport/load the 6 shelters from Cannon AFB to the proposed method of transport and off-load the 6 shelters from the transport vehicle to the installation site at Seymour Johnson, AFB. F. O. B. Destination Quantity 6 Each. CLIN 0003: Require assembly/installation of the 6 shelters at the Government identified location on Seymour Johnson AFB, NC. Installation site will be concrete pad. Contractor shall provide all necessary tools, equipment, labor and management necessary to disassemble the shelters IAW the manufacturer’s specifications so as no damage shall be done to the shelters and the manufacturer’s warranty will remain valid. Installation shall ensure the shelters are properly installed according to manufacturer’s specifications, all accessories are operating properly and shelters are properly anchored to the concrete pad site. Digital photos, with date/time mark, of the shelters, inside and outside including the anchors, shall be provided to the Government upon completion of the installation. Quantity 6 Each. CLIN 0004: Require assembly/installation of 1 “Big Top Shelters” Brand Class C Shelter, currently disassembled and in storage at Cannon AFB, NM. Shelter is 70’ wide by 70’ long by 30’6” center height (19’ high exterior side wall). Assembly/Installation shall ensure the shelters and all accessories are properly installed according to manufacturer’s specifications, all accessories are operating properly and shelters are properly anchored to the concrete pad site. Digital photos, with date/time mark, of the shelters, inside and outside including the anchors, shall be provided to the Government upon completion of the installation. Quantity 1 Each. The following clauses and provisions apply to this acquisition: FAR 52.212-3 Offeror Representations and Certifications – Commercial Items (*Offerors must include a completed copy of this provision with their quote). Specifically, the following clauses cited are applicable to this solicitation: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government with Alternate I, FAR 52.203-3 Gratuities, FAR 52.212-4 Contract Terms and Conditions-Commercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, 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, FAR 52.222-3 Convict Labor, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-41 Service Contract Act of 1965, FAR 52.222-50 Combating Trafficking in Persons, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, FAR 52.245-1, Government Property, FAR 52.245-2, Government Property Installation Operation Services, FAR 52.252-2 Clauses Incorporated by References (located at http://farsite.hill.af.mil). The following are also applicable to this solicitation: DFARS 252.204-7004 Alt A Central Contractor Registration, DFARS 252.232-7003, Electronic Submission of Payment Requests, DFARS 252.246-7000, Material Inspection and Receiving Report, AFFARS 5352.201-9101 Ombudsman, AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS), AFFARS 5352.223-9001, Health and Safety on Government Installations, AFFARS 5352.242-9000, Contractor Access to Air Force Installations. Please review Attachments 1-3. The wage determinations are applicable depending upon places of performance. There will be no site visit for this requirement. Primary Point of Contact is Lt Michael Quinn at (919) 722-5445 and Alternate is Lt Grant Thomas at (919) 722-5408. Mailing address for quotes is 1695 Wright Brothers Ave, Seymour Johnson AFB, NC 27531. All quotes must be received no later than September 16, 2008 at 4:00 P.M. EST. Facsimile quotes will also be accepted at (919) 722-5404. ALL OFFERORS MUST BE REGISTERED IN THE DEPARTMENT OF DEFENSE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE PRIOR TO RECEIVING ANY AWARD. Information concerning CCR requirements can be accessed at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. All responsible sources may submit a quotation, which, if timely received, shall be considered by this agency. This solicitation will be posted on the Federal Business Opportunities website (https://fbo.gov) only.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f80511334133e973489ae3a607c4a89d&tab=core&_cview=1)
 
Place of Performance
Address: Cannon AFB, New Mexico 88103, Seymour Johnson AFB, North Carolina 27531, United States
Zip Code: 27531
 
Record
SN01668539-W 20080914/080912221204-f80511334133e973489ae3a607c4a89d (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.