Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 03, 2008 FBO #2564
DOCUMENT

99 -- FLOATING BOAT DOCK SYSTEM - Layout

Notice Date
12/1/2008
 
Notice Type
Layout
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 15 CONS - Hickam, 90 G Street, Hickam AFB, Hawaii, 96853-5230
 
ZIP Code
96853-5230
 
Solicitation Number
FA5215-09-T-0005
 
Archive Date
1/1/2009
 
Point of Contact
Cheryl Perdue,, Phone: (808) 448-2962, Kevin Albertson,, Phone: (808) 448-2928
 
E-Mail Address
cheryl.perdue@hickam.af.mil, kevin.albertson@hickam.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
General Information Document Type: Combined Synopsis/Solicitation Solicitation Number: FOX51N830400001 Posted Date: 1 Dec 08 Original Response Date: 17 Dec 08; 1200 HST Current Response Date: 17 Dec 08; 1200 HST Original Archive Date: 18 Dec 08 Current Archive Date: 18 Dec 08 Classification Code: 99-Miscellaneous Set Aside: Total Small Business NAICS Code: 336611-Drydock, floating, building Contracting Office Address Department of the Air Force, Pacific Air Forces, 15 CONS-Hickam, 90 G Street, Hickam AFB, HI, 96853-5230, UNITED STATES Description This is a combined synopsis/solicitation prepared in accordance with Subpart 12.6, as supplemented with additional information included in this notice. This combined a combined synopsis/solicitation is issued in accordance with FAR Part 12 - Acquisition of Commercial Items. The Government reserves the right to award any or all line items based on funds availability. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Offerors are responsible for monitoring this site for the release of any amendments or other pertinent information. This solicitation will be issued as a request for quotation (RFQ) under the solicitation number: FOX51N830400001. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-20, Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 2007-0906, and Air Force Acquisition Circular (AFAC) 2007-0823. This acquisition is a small business set aside under NAICS code 336611and small business size standard of 1000 employees.. This RFQ contains seventeen (17) contract line items. The items are on a firm fixed price basis and all items can be brand name or equal. The line items are as follows: List of Materials for Hickam harbor. Materials required to build floating dock system, with 2 fingers and 36 slips. Items requested are EZ Dock or equal. CLIN No. Description Quantity 0001 EZ Dock section 80" x 10' x 15" # 208010 32 each Or Equal. Item Cost ________ Line Item Cost __________ 0002 EZ Dock section 60" x 10' x 15" # 206010 16 each Or Equal. Item Cost _______ Line Item Cost __________ 0003 Aluminum Gangway w/ railing 20' x 5' # 500520 1 each Or Equal. Item Cost ________ Line Item Cost __________ 0004 E Corner Gussets w/ composite couplers # 300501 11 each Or Equal. Item Cost________ Line Item Cost __________ 0005 Composite Couplers w/ rods and nuts #300100 166 each Or Equal. Item Cost ________ Line Item Cost__________ 0006 Connection coupler rods # 211003 20 each Or Equal. Item Cost ___________ Line Item Cost __________ 0007 Connection coupler nuts # 22003 20 each Or Equal. Item Cost ___________ Line Item Cost__________ 0008 Special tool socket for composite product # 900005 12 each Or Equal. Item Cost ___________ Line Item Cost __________ 0009 Heavy Duty Pipe brackets # 210350 22 each Or Equal. Item Cost ___________ Line Item Cost __________ 0010 Heavy Duty Dead weight bracket insert # 100725P 22 each Or Equal. Item Cost ___________ Line Item Cost__________ 0011 Dock Adapter hinge kit Stainless Steel # 100750SS 1 each Or Equal. Item Cost ___________ Line Item Cost ________ 0012 Tie Up Cleats 8" with hardware # 300100 50 each Or Equal. Item Cost __________Line Item Cost __________ 0013 Transition plate # 500501 1 each Or Equal. Item Cost ________ Line Item Cost __________ 0014 Gangway Roller Kit # 300300 1 each Or Equal. Item Cost ________ Line Item Cost __________ 0015 Shoreline abutment hinge 60" plate, stainless steel 1 each Or Equal. Item Cost ________ Line Item Cost__________ 0016 Corner Dock Storage Box # 300755 2 each Or Equal. Item Cost ________ Line Item Cost __________ 0017 Molded PE 5 step swim ladder # 300260 3 each Or Equal. Item Cost ________ Line Item Cost __________ TOTAL PRICE ________________ Delivery Instructions: Delivery to Hickam Air Force Base, Honolulu, Hawaii 96814 Unloading of Containers by Vendor Loading and stacking in Government storage area by Vendor All Prices include all freight/delivery and unloading. Any questions in regards to this solicitation must be submitted NLT 15 Dec 2008 to ensure Government ample response time and timely submittals of proposals. Award basis Best Value. The delivery date is NLT 60 days after receipt of award. The place of delivery, acceptance and FOB destination point is Outdoor Receration, Bldg 3445 Hickam AFB, HI 96853. Acceptance will be performed by the Government. All referenced Federal Acquisition Regulation (FAR) clauses and provisions in this solicitation may be accessed via the internet at https://farsite.hill.af.mil. The FAR provision 52.212-1, Instructions to Offerors - Commercial Items (SEP 2006), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) All quotes are due on or before 1200 hrs, Hawaii Standard Time (HST), Wednesday, 17 Dec 08. Electronic quotes are acceptable. Submission may be made via email to cheryl.perdue@hickam.af.mil, via parcel mail to Department of the Air Forces, Pacific Air Forces, 15 CONS, ATTN: Ms. Cheryl Perdue, 90 G Street, Hickam AFB, HI 96853-5230, or via facsimile at (808) 448-2911. Quotes must reference the solicitation number. (k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. Offeror must show proof with their offer that their registration is current. This must be submitted at the same time proposal is submitted. If not received with proposal, offeror will not be considered for award. In accordance with FAR clause 52.212-2 (a), Evaluation - Commercial Items (JAN 1999), the Government will award a contract resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation will be most advantageous to the Government based on price. Offerors must comply with the provision 52.212-3, Offeror Representations and Certifications - Commercial Items (AUG 2007) and ALT I (APR 2002). (11) (Complete if the offeror has represented itself as disadvantaged in paragraph (c)(4) or (c)(9) of this provision.) [The offeror shall check the category in which its ownership falls]: ____ Black American. ___ Hispanic American. ___ Native American (American Indians, Eskimos, Aleuts, or Native Hawaiians). ___ Asian-Pacific American (persons with origins from Burma, Thailand, Malaysia, Indonesia, Singapore, Brunei, Japan, China, Taiwan, Laos, Cambodia (Kampuchea), Vietnam, Korea, The Philippines, U.S. Trust Territory or the Pacific Islands (Republic of Palau), Republic of the Marshall Islands, Federated States of Micronesia, the Commonwealth of the Northern Mariana Islands, Guam, Samoa, Macao, Hong Kong, Fiji, Tonga, Kiribati, Tuvalu, or Nauru). ___ Subcontinent Asian (Asian-Indian) American (persons with origins from India, Pakistan, Bangladesh, Sri Lanka, Bhutan, the Maldives Islands, or Nepal). ___ Individual/concern, other than one of the preceding. (End of Provision) FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (AUG 2007), is applicable to this procurement along with the following addenda. Information concerning clauses and provisions incorporated by reference may be obtained at http://farsite.hill.af.mil 52.212-4, Contract Terms and Conditions-Commercial Items 52.219-6, Notice of Total Small Business Aside (Jun 2003) 52.219-28, Post Award Small Business Program Representation (Jun 2007) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Jan 2006) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) 52.222-50, Combating Trafficking in Persons (Aug 2007) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) FAR clause 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007), is applicable to this acquisition along with the following addenda:. 252.225-7001, Buy American Act and Balance of Payments Program (JUN 2005) 252.232-7003 Electronic Submission of Payment Requests (Mar 2007) 252.247-7023 with (Alt III) Transportation of Supplies by Sea Alternate III (May 2002) The following additional DFARS provisions and clauses also apply: 252.232-7010, Levies on Contract Payments (Dec 2006) 252.225-7000 Buy American Act--Balance of Payments Program Certificate (JUN 2005). (a) Definitions. "Domestic end product," "foreign end product," "qualifying country," "qualifying country end product," and "United States" have the meanings given in the Buy American Act and Balance of Payments Program clause of this solicitation. (b) Evaluation. The Government- (1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and (2) Will evaluate offers of qualifying country end products without regard to the restrictions of the Buy American Act or the Balance of Payments Program. (c) Certifications and identification of country of origin. (1) For all line items subject to the Buy American Act and Balance of Payments Program clause of this solicitation, the offeror certifies that- (i) Each end product, except those listed in paragraphs (c)(2) or (3) of this provision, is a domestic end product; and (ii) Components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country. (2) The offeror certifies that the following end products are qualifying country end products: Line Item Number Country of Origin _______________ __________________ _______________ __________________ (3) The following end products are other foreign end products: Line Item Number Country of Origin (If known) ________________ _______________________ ________________ _______________________ 5352.201-9101 OMBUDSMAN (AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Lt Col Rodger Phillips, phone number (808) 448-2901, facsimile number (808) 448-2912, e-mail: rodger.phillips@hickam.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. WIDE AREA WORKFLOW - RECEIPT AND ACCEPTANCE (WAWF-RA) ELECTRONIC RECEIVING REPORT AND INVOICING INSTRUCTIONS IN ACCORDANCE WITH DFARS 232.7002, USE OF ELECTRONIC PAYMENT REQUESTS IS MANDATORY. USE OF WAWF WILL SPEED UP YOUR PAYMENT PROCESSING TIME AND ALLOW YOU TO MONITOR YOUR PAYMENT STATUS ONLINE. THERE ARE NO CHARGES OR FEES TO USE WAWF. Requests for payments must be submitted electronically via the Internet through the Wide Area WorkFlow - Receipt and Acceptance (WAWF-RA) system at https://wawf.eb.mil. Questions concerning payment should be directed to the Defense Finance Accounting Services (DFAS) Limestone at (800) 756-4571. Please have your order number and invoice number ready when contacting DFAS about payment status. You can also access payment information using the DFAS My Invoice web site at https://myinvoice.csd.disa.mil/index.html. THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR RECEIVING REPORTS, INVOICES AND ADDITIONAL E-MAILS CORRECTLY THROUGH WAWF. CONTRACT NUMBER: FA5215-09-x-xxxx DELIVERY ORDER NUMBER: Not applicable TYPE OF DOCUMENT: Invoice & Receiving Report (Combo) CAGE CODE: ISSUE BY DODAAC: FA5215 ADMIN DODAAC: FA5215 SERVICE ACCEPTOR / SHIP TO: LOCAL PROCESSING OFFICE: PAY OFFICE DODAAC: F67100 SEND MORE E-MAIL NOTIFICATIONS: CONTRACT ADMINISTRATOR: CONTRACTING OFFICER: ADDITIONAL NOTIFICATION: ADDITIONAL NOTIFICATION: (End of provision) Point of Contact Ms. Cheryl Perdue, Phone 808-448-2962, Fax 808-448-2911, Email cheryl.perdue@hickam.af.mil, or MSgt Kevin Albertson 808-448-2955, kevin.albertson@hickam.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e0e1074f6309fec54894064101404a13&tab=core&_cview=1)
 
Document(s)
Layout
 
File Name: Rough Layout of Dock System (Harbor Docks.pdf)
Link: https://www.fbo.gov//utils/view?id=1fff938b3d99b146975fb191140021d1
Bytes: 23.51 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: Hickam AFB, Honolulu, HI, Hickam AFB, Hawaii, 96818, United States
Zip Code: 96818
 
Record
SN01711440-W 20081203/081201214310-e0e1074f6309fec54894064101404a13 (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.