Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2008 FBO #2489
SOLICITATION NOTICE

54 -- Storage Sheds

Notice Date
9/17/2008
 
Notice Type
Modification/Amendment
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
 
ZIP Code
89191-7063
 
Solicitation Number
F3G3LB8241A002
 
Response Due
9/19/2008 1:00:00 PM
 
Archive Date
10/21/2008
 
Point of Contact
Mona El Oueslati,, Phone: 702-652-3364
 
E-Mail Address
mona.eloueslati@nellis.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 the additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This requirement F3G3LB8241A002 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. The NAICS for this solicitation is 332311. The size standard for a small business under this NAICS code is 500 employees. This is a commercial request for STORAGE SHEDS. To furnish all labor, tools, parts, material transportation, and facilities to acquire: 2 REGULAR STORAGE SHEDS AND 1 GARAGE STYLE STORAGE SHED Salient characteristics for this product are for a product by the Manufacturer: Tuff Shed. We are requesting products by Tuff Shed "OR EQUAL" CLIN 0001: 2 REGULAR STORAGE SHEDS Size: 6' x 6', Approximate height: 8-10 ft Building Color: Tan, Shingle Color: Tan, Trim Color: Tan 2" x 6" Galvanized Steel Floor Joist System "OR EQUAL" Heavy Duty 3/4" to 1" Plywood Flooring "OR EQUAL" Large 4' Wide Steel Reinforced Door "OR EQUAL" Keyed Locking Handle Plywood Roof Decking "OR EQUAL" Double Top Plates on All Walls, Baked Enamel Steel Drip Edge, 16" On-Center Framing with 3 Studs in Every Corner for Extra Strength "OR EQUAL" CLIN 0002: 1 GARAGE STYLE STORAGE SHED Minimum of 24 ft in width X 30 ft in length, Approximate height: 8-10 ft Building Color: Tan, Shingle Color: Tan, Trim Color: Tan 2" x 4" Pressure Treated Bottom Wall Plate "OR EQUAL" 16" On Center Framing for Extra Strength "OR EQUAL" Structurally Engineered Overhead Garage Door Header "OR EQUAL" Small wall vents for ventilation 1 one car overhead garage door 1 steel service door These sheds are meant to be portable structures. For all CLINS PLEASE INCLUDE DESCRIPTIVE LITERATURE, AND/OR COMPLETE SPECIFICATIONS IF PROVIDING AN "OR EQUAL." Also provide Part number and manufacturer of quoted items. 52.225-2 Buy American Certificate. As prescribed in 25.109(a), insert the following provision: BUY AMERICAN CERTIFICATE (June 2003) (a) The offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products. The terms "component," "domestic end product," "end product," "foreign end product," and "United States" are defined in the clause of this solicitation entitled "Buy American Act-Supplies." (b) Foreign End Products: Line Item No: Country of Origin: [List as necessary] (c) The Government will evaluate offers in accordance with the policies and procedures of Part 25 of the Federal Acquisition Regulation. Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. FAR provision 52.212-2, Evaluation Commercial Items, also applies. In addition to the price list, offerors shall submit with their offer a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items with Alternate I. The following clauses and provisions apply to this solicitation and resulting award: FAR 52.204-7, CCR; FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors; FAR 52.212-3 Alt 1, Reps & Certs; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.213-2, Total SB set-aside; FAR 52.219-28, Post-Award SB Program Representation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor; FAR 52.222-19, Child Labor; FAR 52.222-21, Prohibit Segregated Facilities; FAR 52.222-22, Previous Contracts & Compliance Reports; FAR 52.222-25, Affirmative Action; FAR 52.222-26, Equal Opportunity; FAR 52.223-3, HAZMAT & MSDS; FAR 52.223-4, Recovered Materials Certification; FAR 52-225.13, Restriction on Foreign Purchase; FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment; FAR 52.233-1, Disputes; FAR 52.233-3, Protest After Award; FAR 52.233-4, Appl Law - Breach Contract Claim; FAR 52.246-2, Inspection of Supplies -Fixed price; FAR 52.247-34, FOB Destination; FAR 52.252-1, Provisions Incorporated by Reference; FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.252-5, Authorized Deviations in Provisions; FAR 52.252-6, Authorized Deviations in Clauses. DFAR 252.204-7003, Control of Government Workplace; DFAR 252.211-7003, Item ID & Valuation; DFAR 252.212-7001 DEV, Terms & Conditions; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFAR 252.225-7000, Buy American Cert; DFAR 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFAR 252.232-7003, Electronic Submission Payment Required; DFAR 252.232-7010, Levies on Contract Payments; DFAR 252.243-7001, Pricing of Modifications; AFFARS 5352.201-9101, Ombudsman Clause; Local Clause G-403, Submitting Invoices Electronically. All contractors must be registered in the Central Contractor Registration (CCR @ http://www.ccr.gov/) database to receive a DOD award or payment. Lack of registration in CCR will make an offeror ineligible for award. Information concerning clauses and provision incorporated by reference may be obtained at http://farsite.hill.af.mil. Please e-mail your quotes to mona.eloueslati@nellis.af.mil or you may fax them to the attention of 2d Lt Mona El Oueslati at 702-652-9570. Please contact 2d Lt Mona El Oueslati with any questions/concerns at 702-652-3364. Quotes are due on or before 1:00pm Friday, 19 September 2008, Pacific Standard Time.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9bdea3fe5260b7dd204fed52cab075e9&tab=core&_cview=1)
 
Place of Performance
Address: Creech AFB, Nevada, 89018, United States
Zip Code: 89018
 
Record
SN01672941-W 20080919/080917220238-9bdea3fe5260b7dd204fed52cab075e9 (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.