Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2008 FBO #2495
DOCUMENT

J -- Auto Lifts and Barricades - SOW - Bid Schedule - Technical Exhibit -2

Notice Date
9/23/2008
 
Notice Type
Technical Exhibit -2
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB - 12th Contracting Office, 395 B Street West Suite 2, Randolph AFB, Texas, 78150-4525
 
ZIP Code
78150-4525
 
Solicitation Number
F3P3A68232A001
 
Archive Date
10/16/2008
 
Point of Contact
Ellizabeth LM Plack, Phone: 210-652-5176
 
E-Mail Address
Ellizabeth.Plack@Randolph.af.mil
 
Small Business Set-Aside
N/A
 
Description
1.The 12th Contracting Squadron, Randolph AFB, TX, has a requirement for barricades and auto lifts maintenances IAW the attached SOW. Award will be made in accordance with FAR parts 12 and 13.5 using Simplified Acquisition Procedures (SAP). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations/offers are being requested/accepted and a written solicitation will not be issued. Solicitation number F3P3A68232A001 is issued as a request for quotation (RFQ). This requirement is being offered for nation-wide competition as a 100% Small Business set-aside. The associated North American Industry Classification System Code (NAICS) is 811310; and the size standard is $7.0 Mill. Award is contingent upon availability of funds. This synopsis of proposed contract action is for planning purposes only and does not commit the government to pay for any information, issue a solicitation, or award a contract. This synopsis/RFQ is NOT to be construed as a commitment by the United States Air Force. The Government is NOT liable for any costs and/or activity associated with providing a response to this announcement. Any costs incurred as a result of a response to this announcement shall be borne by the firm and will not be charged to the government for reimbursement. 2.The following clauses and provisions are applicable to this solicitation and can be viewed through Internet access at the FAR site, http://farsite.hill.af.mil: 52.212-1 Instructions to Offerors -- Commercial Items; 52.212-2 Evaluation -- Commercial Items; 52.212-3 Offeror Representations and Certifications -- Commercial Items; 52.252-1 Solicitation Provisions Incorporated by Reference with fill-in text http://farsite.hill.af.mil; 252.212-7000 Offeror Representations and Certifications--Commercial Items; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; and 5352.201-9101 Ombudsman. The following clauses and provisions are applicable to the resulting contract: 52.203-3 Gratuities; 52.203-6 Alt 1 Restrictions on Subcontractor Sales to the Government; 52.212-4 Contract Terms and Conditions -- Commercial Items and 52.212-4 Addendum; 52.212-5 Deviation: Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; 52.219-28 Post-Award Small Business Program Rerepresentation; 52.222-3 Convict Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-41 Service Contract Act of 1965; 52.222-42 Statement of Equivalent Rates for Federal Hires; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.252-2 Clauses Incorporated by Reference with fill-in text http://farsite.hill.af.mil; 252.204-7004 Alternate A, Central Contractor Registration; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 52.217-8 Option to Extend Services and 52.217-9 Option to Extend the Term of the Contract; 52.232-18 Availability of Funds; 5352.201-9101 Ombudsman; WAWF Invoicing information; and any local clauses/statements as necessary. 3.As the award will be made using (SAP), the evaluation procedures at FAR 13.106-2 will be used. Provision FAR 52.212-2, Evaluation -- Commercial Items, is also applicable to this acquisition. The specific evaluation factors for this provision is lowest price technically acceptable. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. This is a competitive best value acquisition. Offers shall propose on all items. Only firm fixed price offers will be evaluated. Any offer using a sliding price scale or subject to escalation based on any contingency will NOT be accepted. Quotes determined to be unreasonable or incompatible with the scope of effort or either excessive or insufficient for the effort to be accomplished will NOT be considered. 4.The Government reserves the right to award to the lowest price quote/offeror. The Government also intends to award a contract without discussions with respective offerors. Since award will be based on initial responses, offerors are encouraged to submit their most advantageous pricing in their initial response. The Government, however, reserves the right to conduct discussions if deemed in its best interest. The resultant single award shall be placed with the offeror that represents the best value to the Government. A firm-fixed price award will be made to the responsible offeror submitting the quote that provides the best value to the Government. Interested parties capable of providing the requirement MUST submit a written quote to include their tax identification number (TIN), CAGE code, DUNS, firm evidence of their ability to perform, and any discount terms. Oral quotes will not be accepted. All responses that meet the criteria contained within will be considered. To be eligible to receive an award resulting from this RFQ/solicitation, as prescribed in DFARS 252.204-7004 Alternate A, the contractor must be registered in the DoD Central Contractor Registration (CCR) database; NO EXCEPTIONS. To register, you may call 1-888-227-2423 or apply via the Internet at http://www.bpn.gov. The CCR registration must be completed before award can be made. Contractor must also complete the Representations and Certifications in the ORCA database at http://www.bpn.gov/orca; NO EXCEPTIONS. All responsible sources may submit a quote. If you feel you can meet this requirement, interested persons may express their interest and capability to respond to the requirement and submit bid schedules [attached] to be received within (8) calendar days after date of publication of this notice of intent. The bid schedule is attached and each individual tab must be completely filled out and must be received no later than 01 Oct 2008, 1200 p.m. Central Standard Time and reference the solicitation listed above. Dependent upon availability of funds, award is anticipated mid October. Period of performance shall be 1 Oct 08 – 30 Sep 09 with four option years: 1st Option: 1 Oct 09 – 30 Sep 10; 2nd Option: 1 Oct 10 – 30 Sep 11; 3rd Option: 1 Oct 11 – 30 Sep 12; 4th Option: 1 Oct 12 – 30 Sep 13. The start date of the base year will be adjusted to the date of contract award. 5.Point of Contact: SrA Ellizabeth Plack, Contracting Specialist, Phone 210-652-5176, Fax 210-652-5135, Email Ellizabeth.Plack@Randolph.af.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d18424c79f22bd3a9a9074d419e0674f&tab=core&_cview=1)
 
Document(s)
Technical Exhibit -2
 
File Name: SOW (Barricades Auto lifts-FY09 SOW.docm)
Link: https://www.fbo.gov//utils/view?id=53c5ca9cf0f09159a63d186ec29259a1
Bytes: 26.25 Kb
 
File Name: Bid Schedule (Copy of Bid Schedule AutoLiftsBarriers.xls)
Link: https://www.fbo.gov//utils/view?id=5a9a18c25557ed0b8ccb45852da71320
Bytes: 63.50 Kb
 
File Name: Technical Exhibit -2 (TE2_B171.ppt)
Link: https://www.fbo.gov//utils/view?id=f7f73766a29db20d8ec317e1eda3a1d9
Bytes: 180.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN01679270-W 20080925/080923221014-d18424c79f22bd3a9a9074d419e0674f (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.